ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED Online Bids invited

ANDHRA PRADESH
POWER GENERATION CORPORATION LIMITED
TENDER SPECIFICATION NO.CEG/ SEG-III/SDSTPS/ 415V LT MOTORS/ 12/
2014-15
SUPPLY OF 415V LT MOTORS REQUIRED FOR
SRI DAMODARAM SANJEEVAIAH THERMAL POWER STATION
Online Bids invited
On
e-Procurement Platform
INSTRUCTIONS TO TENDERERS, CONDITIONS OF CONTRACT,
GENERAL REQUIREMENTS,
TECHNICAL SPECIFICATION & SCHEDULES.
SUPERINTENDING ENGINEER
(GENERATION-III)
VIDYUT SOUDHA, HYDERABAD-82
ANDHRA PRADESH
Ph: (040) 39839 836, 128 & 124; Fax: (040) 39839 199
CONTENTS OF THE TENDER SPECIFICATION - INDEX
SNo.
Summary Sheet
1
2
SECTION–I:
3
SECTION–II:
4
5
6
SECTION–III:
SECTION–IV:
PART-I:
SECTION-V:
Sch-A:
Sch-B:
Description
Qualification requirements & Special Instructions
Technical Specifications & Requirements
Annexure: Technical Specification
Instructions to Bidders
General Purchase Conditions
Pre-Qualification Bid
Bid Schedules
Proforma of Letter of Authority
General Details of the Bidder & Manufacturing Details
Pages
1-2
3-12
13-15
16-19
20-22
23-28
29
30
31
Sch-C:
Qualification Requirements – Compliance
32-33
Sch-D:
Financial Standing of the Bidder.
34
Sch-E:
Undertaking by the Bidder
35-36
Sch-F:
Sch-G:
Details of Similar Materials/Equipment supplied by the
tenderer.
Technical Particulars.
37
38
Sch-H:
Schedule Of Tests.
39
Sch-I:
Terms & Conditions
40-41
Sch-J:
Deviations
42
Sch-K:
Declaration
43
7
PART-II:
PRICE BID/Proforma of summary Price proposal
44-45
8
SECTION-VI:
Bank Guarantee Guidelines & Formats
46-50
-oOo-
-: 1 :NOTICE INVITING TENDER (E-Procurement platform )
1
Department Name
Andhra Pradesh Power Generation Corporation
Ltd (APGENCO)
O/o. The Chief Engineer (Generation), APGENCO/
Vidyut Soudha/ Hyderabad -500 082
CEG/SEG-III/SDSTPS /415V LT Motors/12 /201415
Supply of 415V LT Motors required for 2x800MWSDSTPS.
2
Circle/ Division
3
Tender Number
4
Tender Subject
5
Name of Project
Sri Damodaram Sanjeevaiah Thermal Power
Station (SDSTPS).
6
Rs.1,70,96,980.00 (Approximately)
7
8
9
10
11
Estimated Contract Value
(ECV)
Tender Type
Tender Category
Form of contract
AMC
EMD/Bid Security
12
13
14
15
Tender Fee
Tender Fee Payable To
Process Fee
Process Fee Payable To
Open Tender (Two Part Bidding).
EPC
Not applicable.
Not applicable.
(a) EMD shall be submitted for Rs.4,41,940.00
(Rupees Four
lakhs, Forty One thousands, Nine
hundred and forty only) without fail. The same shall
be submitted as follows:(i) Rs.1,00,000/- (Rupees One lakh only) in the
form of D.D.
(ii) The remaining amount of EMD in the form of
Bank guarantee (BG) for an amount of
Rs.3,41,940.00 (Rupees Three lakhs, Forty One
thousands, Nine hundred and forty only), from any
Nationalized bank.
(b) PEMD holders shall submit Bank Guarantee for
an amount of Rs.1,91,940.00 (Rupees One lakh,
Ninety One thousands, Nine hundred and forty only)
(c)
Exemption for SSI/NSIC units: The SSI Units
registered with either the NSIC or the Dept of
Industries/ Govt. of AP, are eligible for exemption
from payment of EMD. However, they should
apply in advance by enclosing a valid SSI/NSIC
certificate, and obtain exemption from the Chief
Engineer/Generation/APGENCO/Vidyut
Soudha, well before submitting Tender.
All the bidders shall invariably upload the scanned
copies of Bank Guarantee towards EMD/PEMD
approval letter/EMD exemption letter, along with
the Bid, in e-procurement platform and this will be
the primary requirement to consider the bid
responsive.
Details are indicated in Section-I.
Not Applicable
Not Applicable
Not Applicable
Not Applicable
16
Transaction Fee Payable to
Service Provider (Online)
17
Tender Schedule Available
Date & Time
18
Schedule Closing Date &
Time
Bid Submission Closing
Date
Pre-Qualification &
Technical Bid Opening Date
Price/Commercial Bid
Opening Date
Bid Submission
19
20
21
22
23
24
25
Pre - Qualification
requirements/
Eligibility Criteria
Samples Required (Yes/No)
Place Of Tender Opening
26
27
Officer Inviting Bids
Address/E-mail id
28
Contact Details/
Telephone, Fax
Validity of Tender
General Terms & Conditions
29
30
Note: (1)
(2)
Transaction Fee and Other charges, if any,
applicable for Transactions on eProcurement
platform, are payable extra, as per the rules &
guidelines in force.
01.10.2014 from 3:30PM onwards
Tender Schedule/document is available for
download,
free
of
cost,
from
www.eprocurement.gov.in.
24.10.2014 3:30PM
25.10.2014 3:30PM
27.10.2014 3:30PM
10.11.2014 3:30PM
Online, through e-Procurement platform,
detailed in SECTION-I of the tender document.
As per tender document (Section-I).
as
No.
O/o. The Superintending Engineer (Generation-III),
APGENCO, 3rd Floor, A-Block, Vidyut Soudha,
Khairatabad, Hyderabad – 500082
Superintending Engineer (Generation-III)
Andhra Pradesh Power Generation Corporation
Ltd, Vidyut Soudha, A-Block, 3rd Floor,
Khairatabad, Hyderabad - 500082
Email: [email protected]
Ph: (040) 39839 836, (040) 39839 128, (040) 39839 124
Fax: (040) 39839 199.
180 days from the date of opening of the Price Bid.
As per tender document.
The SSI Units registered with either the NSIC or the Dept of Industries/Govt.
of AP, are eligible for exemption from payment of EMD. However, they
should apply in advance by enclosing a valid SSI/NSIC certificate, and obtain
exemption from the Chief Engineer/ Generation/APGENCO/Vidyut Soudha,
well before submitting Tender.
Responsibility for correctness of the information submitted in the online bid
lies with bidder. If any information furnished in the bid is proved to be false
at a later date, the bid will not only be rejected but the bidder will be
BLACKLISTED.
Superintending Engineer (Generation-III)
APGENCO, VS, Hyderabad
-: 3 :SECTION-I
QUALIFICATION REQUIREMENTS & SPECIAL INSTRUCTIONS
M/s.Andhra Pradesh Power Development Corporation Ltd (APPDCL),
Hyderabad is the owner of the 2x800MW-Sri Damodaram Sanjeevaiah Thermal Power
Station (SDSTPS) located at Nelatur Village, Nellore Dist., Andhrapradesh. As part of the
O&M agreement between APPDCL and APGENCO, this enquiry is floated by APGENCO
on behalf of APPDCL. The Purchase order will be placed on the successful bidder by
M/s.APPDCL only.
APGENCO or CORPORATION or PURCHASER: shall mean Andhra Pradesh
Power Generation Corporation Ltd., having its Regd. Office at 3rd Floor, A-Block,
Vidyutsoudha, Khairatabad, Hyderabad-500 082.
SUPPLIER or CONTRACTOR or VENDOR or SUCCESSFUL BIDDER: shall mean
the Bidder on whom LOI/PO is issued against this Tender Specification.
1.0
APGENCO’s standard terms & conditions are stipulated in the Sections-III&IV.
Requirements specific to this tender are stipulated in the remaining sections and
these will take precedence over the standard terms, in case of any ambiguity.
2.0
2.1
QUALIFICATION REQUIREMENTS
The bidder should fulfill the following requirements for qualifying in prequalification bid.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
2.2
Earnest Money Deposit (EMD) for requisite amount, shall be furnished.
The Bidder shall have a minimum average annual financial turnover of
two times the estimated contract value (i.e, 3.42Crores). To this effect the
bidder shall submit Audited Financial Statements, for the last Three
Financial Years.
The Bidder must have all adequate facilities to Supply the offered materials,
as per specification, besides testing facilities for conducting all necessary
routine & type tests as per the relevant Indian/ International Standards.
The Bidder must have a minimum experience of Five years in supply of LT
Motors up to a maximum of 160KW or higher capacity if any to Thermal
Power Stations, preferably to Public Sector Power Utilities.
The Bidder should have supplied at least 53 LT Motors of any capacity
preferably for Thermal Power Stations and Public Sector Power Utilities, in
any One Financial year or Calendar year during the last Three years.
Satisfactory performance certificate(s) issued by the Station heads,
confirming that the “the supplied LT Motors have served their stipulated
guarantee period, as stipulated in the Purchase order and it’s performance is
found to be satisfactory”.
All the Bid Schedules duly filled in signed & stamped must be uploaded.
Notwithstanding anything stated above, APGENCO/APPDCL reserves the right to
assess the tenderers’ capability to execute the contract, should the circumstances
warrant such assessment in the Overall interest of APGENCO/APPDCL. In respect
of Qualification of the tenderers, the decision of APGENCO/APPDCL is final.
-: 4 :3.0
DOCUMENTS TO BE SUBMITTED
Copies of the following, in compliance with the qualification requirements stipulated
in S.No.(2.0) above.

Earnest Money Deposit (EMD) for requisite amount.

Audited Balance Sheet and Profit & Loss account statements for the Financial
years 2011-12, 2012-13 & 2013-14, shall be furnished. Details of the enclosed
documents and Annual turn over details etc., shall be furnished as per the enclosed
Bid schedule i.e., “Financial standing of the bidder”, which shall be attested by a
licensed Chartered accountant.

Purchase Orders showing price(s) of LT motors up to a maximum capacity of
160KW and above, executed to Thermal generating stations, preferably to
PSUs, in the year 2009 or prior to January’2009 are mandatory. Details of the
enclosed orders must be furnished as per the enclosed Bid schedule i.e.,Undertaking
by the Bidder.

Purchase orders showing price(s), executed to Thermal power generating
stations, preferably to PSUs during any one Financial year (i.e., 2011-12,
2012-13 & 2013-14) or Calendar year (i.e., January’2011 to Decmber’2013),
evidencing the quantity of the LT Motors is not less than 53 LT Motors.
Details of the enclosed orders must be furnished as per the enclosed Bid schedule i.e.,
Undertaking by the Bidder.

Performance certificate(s) issued by the Station heads only.

Acceptance for STIPULATED GUARANTEED PERIOD shall be furnished in the
enclosed Bid schedule i.e., Undertaking by the Bidder.

All stipulated Bid Schedules (as per the enclosed formats), duly filled in,
signed & stamped along with supporting documentation.
The bidders shall invariably upload scanned copies of all the above documents
(which are mandatory, to ascertain compliance with the qualification criteria),
failure of submission/uploading of any one of the above documents, will be liable
for DISQUALIFICATION. More over, responsibility for correctness of the
information submitted in the bid lies with bidder. If any information furnished in
the bid is proved to be false at a later date, the bid will not only be rejected but the
bidder will be BLACKLISTED.
4.0
Tenders received from those not having EMD, the past experience, supply &
financial capacity, sufficient field organization etc., will not be considered.
5.0
5.1
EARNEST MONEY DEPOSIT (EMD): (To be read with clause No.1 of Section-III)
The Tenderer shall submit an EMD of Rs.4,41,940.00 (Rupees Four lakhs, Forty One
thousands, Nine hundred and forty only) without fail. The same shall be submitted as
follows:(a) Rs.1,00,000/- (Rupees One lakh only) in the form of D.D.
(b) The remaining amount of EMD in the form of Bank guarantee (BG) for an amount
of Rs.3,41,940.00 (Rupees Three lakhs, Forty One thousands, Nine hundred and forty only),
from any Nationalized bank.
In case of PEMD holders:
Bidders having PEMD Facility accorded by APGENCO, with adequate validity, shall
submit Bank Guarantee for an amount of Rs.1,91,940.00 (Rupees One lakh, Ninety One
thousands, Nine hundred and forty only) (i.e., equivalent to the value arrived, after deducting
PEMD value of 2.5lakhs from Rs.4,41,940.00), from any Nationalized bank. A copy of
PEMD approval letter issued by APGENCO, shall be enclosed.
5.2
-: 5 :5.3
5.4
Validity of Bank Guarantee(s): The above said EMD Bank Guarantee(s)/ PEMD facility
proposed to be availed, shall be valid for a minimum period of 1 year reckoned from
the date of opening of PQB, including claim period of 3months and shall be extended
suitably as and when required
Waiver in respect of SSI Units:
SSI Units registered with either the NSIC or the Dept of Industries/Govt. of AP, are
eligible for exemption from submission of EMD, subject to the following conditions.
(a)
The Bidder shall submit a copy of the valid certificate of Registration either with
NSIC or Govt.of A.P indicating details such as Monetary limit, details of items covered
in the registration, validity period of certificate.
(b)
The Items offered must be in the list of Items, for which the Firm is registered.
(c)
The quoted price shall be less than the monetary limit stipulated in the
Registration Certificate.
The BIDDERS who fulfill the above conditions apply for EMD exemption, in advance to this
Office and they shall obtain approval before Offer submission itself. However, please note
that exemption will be issued purely at APGENCO’s discretion..
(5.5)
All the bidders shall invariably upload the scanned copies of Bank Guarantee
towards EMD or PEMD approval letter/ EMD exemption letter (if applicable),
along with the Bid, in e-procurement platform, failing which their offer shall be
liable for rejection.
6.0
6.1
PRICES:
Firm, Ex-Works Prices along with all Price Components, viz., applicable Taxes/
Duties and Charges for Third Party Inspection, Packing, Forwarding, Freight &
Transit Insurance etc, shall be indicated in the Price Schedule. Variable prices will
not be accepted.
Detailed Bill of Materials, with item-wise prices shall be furnished, wherever
applicable.
The Quantities indicated in this Tender are indicative. APGENCO/APPDCL reserves
the right to vary the Final Order Quantities (either increase or decrease), even beyond
the limits indicated in the Standard Terms & Conditions stipulated elsewhere in this
Specification. However, the Prices shall remain Firm, irrespective of the Ordered quantities.
Bidders shall quote for all items of supply covered under the scope of this Tender,
and ensure completeness of their offer as per tender requirements. Otherwise
Bidder’s Offer will be deemed to be incomplete/unresponsive and liable to be
rejected.
Taxes/Duties:
It is the responsibility of the Bidder, to ascertain and ensure the various taxes/duties
etc levied by Central/State Governments, Local Bodies etc, duly taking into
consideration the nature of activity covered in the scope of this Tender Specification.
All taxes/duties, charges etc, as applicable on the date of submission of the Bid, must
be indicated without fail. Except for those price components ie., taxes/duties &
charges, which are explicitly indicated in the offer, all others shall be deemed to be to
the Bidder’s account only.
All taxes/duties/levies, will be reimbursed at actuals, subject to the conditions
stipulated in this tender specification.
Please note that Excise Duty (& Cess applicable thereon) will be reimbursed on self
manufactured items only. If any Bought-out items are present, Excise Duty is not
payable by APGENCO/APPDCL.
Income Tax etc, will be deducted at source, as per the statutory requirements in
force.
6.2
6.3
6.4
6.5
6.5.1
6.5.2
6.5.3
6.5.4
6.5.5
7.0
7.1
7.2
7.3
7.4
8.0
8.1
8.2
9.0
9.1
(II)
9.2
9.3
-: 6 :FREIGHT & TRANSIT INSURANCE:
The Successful Bidder shall be completely responsible for handing over the
consignment(s) covered within the scope of this Tender Specification, at site, in good
condition.
The Supplier shall make his own arrangements for transporting the consignment
upto site, duly ensuring that the consignment is adequately insured, to cover any
and all risks during its transport, until it is delivered at Site. Charges for the same
shall be borne by the Supplier.
If the Charges towards Freight & Transit Insurance (inclusive of Service Tax), are
included in the quoted price, the included amount shall be indicated in the Price
bid, without fail.
Loading & Unloading charges:
Loading & Unloading charges are to the account of supplier.
PRE-DESPATCH INSPECTION (PDI):
The equipment shall be offered for Pre-Despatch Inspection by the representatives of
APPDCL/APGENCO and the Third Party Inspection (TPI) Agency viz., M/s.Lloyd’s
Register Asia (LRA). They shall be dispatched only satisfactory completion of
Inspection and after clearance by the concerned station Chief Engineer.
TPI shall be arranged by the successful Bidder at his cost. He shall be solely
responsible for arranging Third Party Inspection and also for expeditious coordination with LRA, to ensure timely execution of supplies. If the charges towards
Third Party Inspection (inclusive of Service Tax) are included in the quoted price, the
included amount shall be indicated in the Price bid, without fail.
DELIVERY:
Delivery is the essence of Contract, and is subject to APPDCL/APGENCO’s standard
PENALTY Condition. The Delivery period of the contract is 6months, which shall
take the following into consideration.
(I)
All the activities (such as the following) which are in the scope of the
SUPPLIER, shall be completed within this period.
(i)
Submission of Technical Documentation viz., Drawings & QAP (reckoned
from the date of receipt of Letter of Intent/PO, whichever is earlier).
(ii)
Giving inspection call after completion of approval of Drawings & QAP
(reckoned from the date of receipt of approval for Drawings & QAP,
whichever is later).
(iii)
Dispatch of the materials at site, (reckoned from the date of receipt of dispatch
clearance, requisite road permits/way bills as applicable etc, whichever is later
from APGENCO).
The above delivery period does not include the time taken at
APPDCL/APGENCO’s end, for providing clarifications (if any) to the Supplier, for
issue of requisite approvals, clearances etc, as applicable, at various stages of Order
execution.
The above delivery period is only indicative. However the actual delivery period will
be indicated in the Purchase Order, depending upon the urgent requirement at site.
For purpose of applying Penalty, the following will be considered.
(a)
The total excess period of delay in carrying out the various activities in the
Supplier’s scope over and above the stipulated period, will be converted into
weeks, with duration of less than a week being treated as a whole week.
(b)
Materials/Equipment, which are not of acceptable quality, or are not
conforming to the requirements stipulated in the Contract, will be deemed to
be not delivered.
9.4
Road Permits: Requirement of Road Permits/Way Bills etc, if applicable,
shall be communicated to the Consignee, Asst.Divl.Engineer (Stores),
sufficiently in advance.
-: 7 :10.0
10.1
10.2
10.3
10.4
10.5
PAYMENT TERMS:
100% of the all inclusive price of the materials will be paid within 30 days from the
date of receipt and acceptance of the material in good condition at site.
Payment will be made subject to the prior submission & approval of requisite
Performance Bank Guarantee, and also fulfillment of other contractual terms such as
approval of Test Certificates & other relevant documents. Payment will be arranged
after duly deducting amounts towards Penalty etc, as applicable.
In case any excess payment is made to the SUPPLIER, by mistake OR any amounts
are due from the SUPPLIER to APPDCL/APGENCO for any reason(s),
APPDCL/APGENCO reserves the right to recover such monies from the amounts
payable to the SUPPLIER or Bank Guarantees submitted by him, against the
Contract resulting out of this specification.
Any incidental charges, such as bank charges, stamp duties etc, incurred by the
SUPPLIER during the execution of the Contract shall be to the SUPPLIER’s account
only.
When the supplier does not at any time, fulfill his obligations in replacing/rectifying
etc., of the defective/damaged materials in part or whole promptly to the satisfaction of
the APPDCL/APGENCO Officers, the APPDCL/APGENCO reserves, the right not to
accept the bills against, subsequent dispatches, made by the supplier, and only the
supplier will be responsible for any demurrages, warfages or damages occurs to
consignment so dispatched.
11.0
11.1
SECURITY DEPOSIT (SD):
The successful bidder shall submit within one month from the date of issue of LOI/
PO (if the value of order is above Rs. 1,00,000) security deposit equal to 2.5% of value
of purchase order for proper fulfillment of the terms and conditions of the contract
and full execution of supplies thereof. The amount of security shall be forfeited to the
extent of financial loss suffered by the Corporation, if supplier fails to execute the
order and fulfill its terms and conditions.
11.2
Security deposit may be furnished in the shape of cash, by Demand Draft drawn on
any Scheduled/Nationalized bank, in favour of “SAO/APPDCL” payable at
Hyderabad (OR)
Bank guarantee in lieu of cash from any Nationalized bank in prescribed proforma,
with validity covering the delivery period, and claim period for an additional 6
months (Bank guarantee shall be accepted only if amount of SD is above Rs.10,000/-) or
Government Securities duly endorsed in favour of APPDCL.
11.3
Security deposit will be returned back to the supplier (on application) as soon as
order is fully executed and supplier has met all contractual obligations and there is
nothing outstanding either against this purchase order or any other purchase order
placed by the corporation on the supplier.
12.0
12.1
PERFORMANCE BANK GUARANTEE (PBG):The Successful Bidder, shall furnish Performance Bank Guarantee to the extent of
10% of the contract price, with validity initially for a minimum period of
EIGHTEEN Months from the date of supply and claim period of SIX Months
beyond the Validity Period. However, the validity of the BG shall be extended
from time to time to cover the guaranteed period.
12.2
In lieu of PBG, the supplier may opt for deduction/retention of equivalent amount
from his bill. Such retention amount will be released after satisfactory completion of
Guarantee Period, or after submission of requisite PBG, whichever is earlier.
-: 8 :13.0
BANK GUARANTEE GUIDELINES:
a)All applicable Bank Guarantees, viz., EMD/PEMD BG shall be executed by any
NATIONALIZED BANK. They shall be as per the format(s) and guidelines
prescribed by APGENCO, which are enclosed as part of this Tender Document.
b) All applicable Bank Guarantees, viz., Security Deposit BG, PBG etc, shall be
executed by any NATIONALIZED BANK. They shall be as per the format(s) and
guidelines prescribed by APPDCL.
14.0
RISK PURCHASE:
In case the SUPPLIER fails to execute the Contract as per the stipulated delivery
schedule, APPDCL/APGENCO reserves the right to purchase the undelivered
quantities from the open market or by floating another tender, and recover the
additional expenditure so incurred from the SUPPLIER. This is without prejudice to
any/all other rights of APPDCL/APGENCO, as indicated in this Specification.
15.0
15.1
ONLINE BID SUBMISSION PROCEDURE:
Bids are invited, ONLINE, on e-Procurement platform/website, in Two Parts, viz.,
-Part-I or Pre-Qualification Bid (PQB) and
-Part-II or PRICE BID (also referred as COMMERCIAL BID on eProcurement
Platform).
15.2
Registration with eProcurement platform:
The bidders shall register on the e-procurement market place of Govt. of India, ie., on
www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids
online. On registration on the e-procurement market place they will be provided
with a user ID and password through which they can submit their bids on line. Only
those Bidders, who are registered on the e-Procurement Platform, are eligible to
participate. For any queries on registration and online bid submission, on
e-Procurement platform, the bidders may contact HELP DESK of the Service Provider
on www.eprocurement.gov.in. Offline bids will not be entertained by the Tender
Inviting Authority, for the tenders published in e-Procurement platform. Any
offline bid submission clause in the tender document could be neglected.
15.3
Tender Document:
(a)
The Bidder is requested to download the Tender document from the eprocurement website (from the date of publication, up to the time & date indicated
in the tender notice), and read all the terms and conditions mentioned in the
tender Document and seek clarification, if any, from the Tender Inviting
Authority. Any downloading soft copy of tender documents from web site is at the
sole risk and responsibility of the bidder. APGENCO/APPDCL will not be
responsible for any delay/difficulty/inaccessibility of the downloading facility for any
reason whatsoever. The Bidder is also requested to down load the Training Kit, along
with above Tender document and use the same to acquaint with the procedure.
(b)
The Bidder has to keep track of any changes by viewing the Addendum/
Corrigenda issued by the Tender Inviting Authority, from time to time, in the
e-Procurement platform. The Department Inviting tenders will not be
responsible for any claims/problems arising out of bidders not keeping track
of changes that are informed by way of amendment to NIT.
-: 9:(c)
15.4
The bidders shall submit their eligibility and qualification details, Technical
bid, Financial bid etc., in the online standard formats displayed in eProcurement web site. The bidders shall also upload in the e-Procurement
web site the scanned copies of DD/BG towards EMD or reference approved
letter of PEMD deposited with APGENCO/APPDCL as case may be, all the
relevant certificates, documents including contractor Registration, experience
certificates, solvency, EPF, GIS/ESI, VAT/CST & Service Tax registration
certificates etc., in support of their eligibility criteria/technical bids as asked
for in NIT and tender Documents.
Online Bid Submission:
The Bidder registered on the e-Procurement Platform, shall submit his Bid online, on
e-Procurement platform of the Govt. of India, ie., www.eprocurement.gov.in, as per the
procedure given below.
(a)
Scanned copies of each of the following shall be uploaded to the eProcurement platform and linked to the present Tender. These will constitute
the Bidder’s online Offer against this Tender. The contractors have to upload
the information preferably in Win Zip format.
(i)
Earnest Money Deposit, in specified form, and for requisite amount.
(Alternatively, Copy of PEMD Sanction letter, or EMD Exemption Letter, as
applicable, shall be furnished)
(ii)
(iii)
All the Bid schedules (as per the formats in the Tender Specification),
furnishing all requisite details, signed and seal & date affixed. Each
Schedule shall be accompanied by supporting documentation, as
stipulated therein. These shall include documents evidencing
compliance with Qualification Requirements, stipulated in this
Section.
Price Bid, containing Prices & Price components of the offered
materials, duly signed, seal and date affixed.
(b)
The bidder shall sign duly affixing seal & date on all the statements,
documents, certificates, uploaded by him, owning responsibility for their
correctness/authenticity.
(c)
Digital Certificate authentication:
(i)
The bidder shall authenticate the bid with his Digital Certificate for
submitting the bid electronically on eProcurement platform. Bids not
authenticated by digital certificate of the bidder will not be accepted
on the eProcurement platform.
(ii)
For obtaining Digital Signature Certificate, you may please Contact:
Andhra Pradesh Technology Services Limited, BRKR Bhavan, B-Block,
Tankbund Road, Hyderabad-500022, Phone: +91-40-23220305, Fax: +91-4023228057 (OR) Any other Registration Authority of TCS-CA in India.
The city-wise list of RAs can be accessed by clicking the link "Apply for
a Class-2 Certificate" under "Enroll" section in the website
https://www.tcs-ca.tcs.co.in/mca21/ index.jsp.
-: 10 :15.5
Bid Submission Acknowledgement:
The bidder shall complete all the processes and steps required for Bid submission.
The system will generate an acknowledgement with a unique bid submission
number after completing all the prescribed steps and processes by the bidder. Users
may also note that the bids for which an acknowledgement is not generated by the eProcurement system are treated as invalid or not saved in the system. Such invalid
bids are not made available to the Tender Inviting Authority for processing the bids.
The Government of AP and Service Provider are not responsible for incomplete bid
submission by users.
15.6
Submission of Hard copies:
(a)
As per GO No.174 dt.1/9/2008, the requirement for Submission of Original
Hard Copies of the uploaded scanned copies of DD/BG towards EMD etc,
before opening of Price Bids shall be dispensed with.
(b)
All the bidders shall invariably upload in e-Procurement system the scanned
copies of DD/BG towards EMD or reference approved letter of PEMD
deposited with APGENCO as case may be, Certificates/Documents in
support of eligibility criteria as mentioned in NIT/Tender documents and
this will be the primary requirement to consider the bid responsive.
(c)
Technical Bid evaluation shall be carried out, solely based on the Documents/
Certificates etc uploaded in the e-Procurement system and Price Bids of the
responsive Bidders shall be opened.
(d)
The Purchaser Department shall notify the successful bidder for
submission of original hard copies of all uploaded documents, DD/BG
towards EMD etc, for ensuring their genuineness/authenticity, prior to
entering into agreement or LOI/placement of Order. The Successful Bidder
shall, at his sole risk & responsibility, submit the same to the Tender
Inviting Authority, before stipulated date & time. The department will not
take any responsibility for any delay in receipt/non-receipt of original
certificates/documents DD/BG towards EMD, Certificates/ Documents from
the successful bidder before the stipulated time. On receipt of documents, the
department shall ensure the genuinity of the DD/BG towards EMD and all
other certificates/documents uploaded by the bidder in e-Procurement
system in support of the qualification criteria before release of purchase
order/sale order / LOI as case may be.
(e)
In case of variation in the uploaded documents and Failure of submission of
original hard copies: If any successful bidder fails to submit the original hard
copies of uploaded certificates/documents, DD/BG towards EMD or
reference letter of PEMD deposited with APGENCO within stipulated time or
if any variation is noticed between the uploaded documents and the
hardcopies submitted by the bidder, the successful bidder will be suspended
from participating in the tenders on e-Procurement platform for a period of 3
years. The e-Procurement system would deactivate the user ID of such
defaulting bidder based on the trigger/recommendation by the Tender
Inviting Authority in the system. Besides this, the department shall invoke all
processes of law including criminal prosecution of such defaulting bidder as
an act of extreme deterrence to avoid delays in the tender process for
specified work/materials. If any of the documents/information furnished by
the bidder is found, at any point of time, to be false/fabricated/bogus, such
Bidder is liable for black listing, forfeiture of the EMD, cancellation of
Purchase order/LOI as case applicable and criminal prosecution.
-: 11 :15.7
Payment of Transaction Fee:
All the participant bidders shall pay online, a non-refundable TRANSACTION FEE,
to M/s.APTS LTD, through "Payment Gateway Service on E-Procurement platform".
The amount payable is 0.03% of the Estimated Contract Value (ECV), with a cap of
Rs.10,000/- for ECV upto Rs.50.0 crores and Rs.25,000/- for ECV above Rs.50.0 crore.
The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by
any bank and Direct Debit facility/Net Banking of select Banks such as ICICI Bank,
HDFC, Axis Bank etc, to facilitate the transaction. Service tax, Bank Charges for
Credit Card Transactions etc, will be applicable.
15.8
Corpus Fund or eProcurement Fund:
User departments shall collect, towards eProcurement fund, 0.04% of ECV (Estimated
Contract Value) with a cap of Rs.10,000/- for ECV upto Rs.50.0 crores and
Rs.25,000/- for ECV above Rs.50.0 crore, from successful bidders on eProcurement
platform, before entering into agreement/ issue of purchase orders. The amount
shall be paid in favour of the Managing Director, APTS. There shall not be any
charge towards eProcurement fund in case of works, goods and services with ECV
upto Rs.10 lakhs.
16.0
16.1
OPENING OF TENDERS:
Part-I i.e., ‘Pre-qualification Bid’ or PQB, will be opened ONLINE, on the date, time
and place indicated.
Only those tenders which contain full information and which comply with the
requirements regarding experience, technical and financial requirements etc, will
qualify for opening of Part-II: ’Price Bid’ or ‘COMMERCIAL BID’. The date and
time of opening of Part-II will be intimated to the qualified bidders, separately.
It is the responsibility of the Bidder to ensure that the PRICE BID, is completely in
line with the PQB. In case the terms indicated in Part-II are found to be different from
those indicated in Part-I, APGENCO reserves the right to either consider the terms
more favourable to APGENCO, or to reject the Bid, outright.
Bidders are requested to ensure that they do not upload Part-II, ie., Price Bid/
Commercial Bid, along with Part-I: ie., Pre-Qualification/Technical Bid. APGENCO
reserves the right to disqualify those Bidders, whose PQBs are found to contain Price
Bids.
16.2
16.3
16.4
17.0
17.1
17.2
17.3
DISCLAIMER:
APGENCO/APPDCL reserves the right to change or alter the bid conditions before
the final date/ extended due date of submission of the bids, by issuing an
addenda. The Notice Inviting Tender (NIT), any subsequent addenda/amendments
etc, will be made available on e-Procurement platform and APGENCO’s website,
and can be downloaded free of cost. The Bidders shall be solely responsible, for
ensuring that their Bids are completely in line with the requirements stipulated
therein.
The Specifications stipulated in these documents, are indicative only. It is the
responsibility of the Bidders to ensure correctness of the same. If necessary, they may
depute their representatives to Site, to collect all necessary particulars etc.
Any discrepancies in the requirements stipulated in these documents, shall be
brought to the notice of the undersigned, and clarifications shall be obtained prior to
submission of Offer itself. Bidders are advised not to make any assumptions or inferences,
on their own.
-: 12 :17.4
APGENCO/APPDCL reserves its right, without prejudice to other rights under terms and
conditions of NIT and tender documents or other remedy available, to cancel tenders without
assigning any reasons, and will not entertain any correspondence in the matter.
APGENCO/APPDCL accepts no liability whatsoever and will not be liable for any loss or
damage arising directly or indirectly (including special, incidental or consequential loss or
damage) from use of e-procurement web site or from cancellation of tenders.
APGENCO/APPDCL also reserves the right to split the order on more than one bidder, in
any manner or reject any or all tenders without assigning any reason.
17.5
Regarding Online Bidding:
(i)
Notwithstanding the particulars/guidelines stipulated in this document, all
the bidders are advised to get themselves acquainted with the latest rules &
regulations governing submission of Bids, payment of Transaction
Fee/Corpus Fund etc, on the eProcurement platform.
(ii)
It is the responsibility of the Bidder, to ensure that the scanned copies
uploaded to the eProcurement platform, are legible.
(iii)
The Bidder shall be solely responsible for ensuring that all requisite
documents are not only successfully uploaded, but also linked to the present
tender. Online Offers which are found to be either incomplete or corrupted,
are liable to be rejected.
Superintending Engineer (Generation-III)
-oOo-
-: 13 :SECTION-II:
TECHNICAL SPECIFICATIONS & REQUIREMENTS
M/s.Andhra Pradesh Power Development Corporation Ltd (APPDCL),
Hyderabad is the owner of the 2x800MW-Sri Damodaram Sanjeevaiah Thermal Power
Station (SDSTPS). As part of the O&M agreement between APPDCL and APGENCO, this
enquiry is floated by APGENCO on behalf of APPDCL. The Purchase order will be placed
on the successful bidder by M/s.APPDCL only.
1.0
1.1
PROJECT LOCATION AND NEAREST RAIL HEAD:
Sri Damodaram Sanjeevaiah Thermal Power Station (SDSTPS) is located on shore of
Bay of Bengal at Nelatur Village, Nellore Dist., Andhra Pradesh. The nearest railway
station is Nellore situated on Chennai Broad guage line, which is about 23KM from
the site.
PREAMBLE:
The 2x800MW units of SDSTPS, is equipped with many 415V LT motors used for
numerous purposes at various locations namely Fuel oil pump house, Ash extraction
pump house, Ash silo pump house, Ash water pump house, ESP-1&2, Boiler-1&2,
Water Treatment Plant, CHP-1&2 and Fire & service water system. The availability of
these LT motors is very much essential for smooth running the units.
2.0
2.1
SCOPE OF OFFER:
Supply, Testing, Inspection by 3rd Party, Packing, Transportation and Delivery of
415V LT motors required for 2x800MW-SDSTPS.
Sl. No.
1
Description of the Item
Quantity
415V LT Motors as per the attached ANNEXURE to SECTION-II
3.0
3.1
GENERAL REQUIREMENTS:
It is not the intent to specify completely the supply of the Materials covered in the
Scope of this Tender Specification. However, they shall conform, in all respects, to
relevant standards of engineering, design and workmanship and shall be capable of
performing satisfactorily, in a manner acceptable to the Purchaser. The Purchaser
shall interpret the meanings of drawings & specifications & shall have the right to
reject any work or material which, in his opinion, is not fully in accordance
therewith.
3.2
Codes & Standards: The supply, inspection & testing of the materials covered under
this specification shall conform to the latest editions of relevant statutes, regulations,
codes & standards, as applicable in the locality where they will be installed. The
Bidder shall fully acquaint himself with these requirements and shall ensure
compliance with them. However in the event of any conflict between the
requirements of two standards or between the requirements of any standard and this
specification, the more stringent requirements shall apply, unless confirmed
otherwise by the APPDCL/APGENCO, in writing. The decision of the
APPDCL/APGENCO shall be final and binding in all such cases.
-: 14 :3.3
3.4
Interchangeability/Fitment guarantee: The supplied materials shall be
interchangeable with the materials existing at site and if fails to interchange, the
same shall be replaced at free of cost. It is the sole responsibility of the Successful
Bidder to ensure proper fitment of the supplied materials in place of the existing
equipment, with/without modifications. All Bidders are requested to study the
requirements of this Specification in detail. If necessary, they may depute their
representative to site, for study & preparation and collecting any relevant
data/particulars, space available etc. Any queries shall be addressed to this Office
and got clarified before submitting the quotations. An Interchangeability/ Fitment
guarantee Certificate in line with the requirements of this Clause, shall be
submitted along with the Invoices.
The, technical specifications etc furnished herein, are only for general guidance of the
Bidders. The Bidder shall be solely responsible for ensuring the correctness/accuracy
of the same, and also for ensuring that the offered materials conform to the
performance requirements stipulated in this tender.
4.0
4.1
TECHNICAL REQUIREMENTS:
The Bidder shall submit detailed Technical documentation & drawings, electrical &
mechanical properties etc, besides the special features which improve the
performance & life of the offered items.
5.0
5.1
TECHNICAL DOCUMENTATION:
The SUPPLIER shall be fully responsible for ensuring compliance of the
MATERIALS, with the requirements stipulated in this specification. In order to
ensure technical suitability, the Successful Tenderer shall develop and submit
Technical Documentation including detailed Dimensional Drawings, relevant
Technical Data Sheets, Routine & Type tests as per IS details etc, all duly signed &
stamped, preferably within TWO WEEKS from the date of receipt of LOI/ Purchase
Order, whichever is earlier, for approval. One set of reproducible drawings (soft
copies) shall be submitted, to each of the above.
Supply shall be taken up only after approval of the Drawings. Notwithstanding any
approval issued by APPDCL/APGENCO, the SUPPLIER shall be solely responsible
for the correctness of the same, for the consequences arising out of any errors or
omissions therein, or for any litigation or liability under the contract.
5.2
5.3
The Drawings submitted will become the property of APPDCL/APGENCO, which
reserves the right to use them at its discretion.
6.0
6.1
QUALITY ASSURANCE PLAN (QAP):
The Successful Bidder shall submit a detailed QUALITY ASSURANCE PLAN
covering the various Dimensional & Mechanical Tests, Routine & Type Tests as per
the latest IS proposed to be conducted as per the requirements of this Specification,
the scope of Pre-Despatch Inspection by APPDCL/APGENCO & the Third Party
Inspection Agency, M/s.LRA, etc, and get the same approved by
APPDCL/APGENCO. It shall be submitted preferably within TWO WEEKS from the
date of receipt of LOI/PO, whichever is earlier.
Supply shall be taken up only after approval of the Drawings/QAP by
APPDCL/APGENCO and strictly in accordance with the same.
PRE-DESPATCH INSPECTION:
The materials shall be offered for pre-dispatch joint Inspection by the representatives
of APPDCL/APGENCO and the Third Party Inspection (TPI) Agency viz.,
M/s.Lloyd’s Register Asia (LRA), as per the approved QAP for compliance with the
requirements of the Order.
6.2
7.0
7.1
-: 15 :7.2
7.3
The Supplier shall contact M/s. LLOYD’S, immediately on receipt of Drawings/QAP
approval from APPDCL/APGENCO. Further, the supplier shall send 15 Days
advance intimation to the concerned station Chief Engineer and also to this Office to
enable us to depute our authorized representative for inspection of material along
with M/s. Lloyds.
Apart from third party inspection Agency, the APPDCL/APGENCO's authorized
representative shall, at all reasonable times, have the right of access to the supplier’s
Works, to determine or assess compliance with the Specifications stipulated, and to
witness the TESTS.
7.4
The third party inspection (TPI) by M/s.Lloyd’s Register Asia shall be arranged
and co-ordinated by the supplier and the charges for such inspection, shall be
borne by the supplier. If charges towards Third Party Inspection (inclusive of Service
Tax) are included in the Quoted price, the included amount shall be indicated in the
Price Proposal.
7.5
Dispatch: The materials shall be dispatched only after above said inspection, test
certificate approval and dispatch clearance from the Station Chief Engineer or such
inspection/(s) waived by them.
8.0
8.1
TESTS & TEST CERTIFICATES:
All necessary Dimensional & Mechanical Tests, Routine & Type Tests as per the
latest IS shall be conducted on the materials, as per the approved Drawings/QAP
and the latest edition of the relevant Indian/International Standards as applicable,
for ensuring compliance with the requirements stipulated in this Tender
Specification.
8.2
All the relevant Test Certificates/Reports duly certified by the Third Party Inspection
Agency, shall be submitted to the concerned station Chief Engineer, before dispatch of
the materials, for approval, with copies marked to the CE (Generation) also.
8.3
Apart from the tests to be done at vendor’s works, APPDCL/APGENCO reserves the
right to get other tests done at APPDCL/APGENCO’s works/other than vendor’s
works, if required for ensuring quality of material.
9.0
9.1
GUARANTEE:
The material supplied shall be guaranteed against manufacturing defects, material
quality, workmanship and for satisfactory performance. The supplier shall be liable
to make good any defects that may develop in the materials due to faulty designs,
unsound material or bad workmanship provided always that such defective parts are
not repairable at site and or not in meantime essential in commercial use of the Plant,
or promptly returned to the works of the supplier unless otherwise arranged.
9.3
The material supplied shall be guaranteed for a period of 36 months from the date
of commissioning or 48 months from the date of supply of material, whichever is
earlier.
Guarantee Certificate in line with the requirements of this Clause, shall be
submitted along with the Invoices.
Superintending Engineer (Generation-III)
-oOo-
-: 16 :-
ANNEXURE
Supply of 415Volts LT Motors
Sl.
No
Name of the Motor
Rating
Frame size
Speed
(rpm)
Qty
Required
Fuel Oil Pump House
1
LDO Pump Motors
37 KW
E200L
2960
1 Nos
2
HFO Pump Motors
110 KW
E315M
1488
1 Nos
3
LDO Unloading Pump Motors
9.3 KW
E160L
1470
1 Nos
4
HFO Unloading Pump Motors
75 KW
E280M
1485
1 Nos
5
HFO Unloading Pump Motor
15 KW
E160L
1470
1 Nos
6
Drain Oil Pump Pump Motor
3.7 KW
E112M
1450
1 Nos
7
Oil Water Mixture Pump Motors
5.5 KW
E132M
1450
1 Nos
8
Foam Pump Motor
9.3 KW
ND160M
1460
1 Nos
160 KW
SE315LA
2975
1 Nos
Ash Extraction Pump House
9
Instrument Air Compressor Motors
10
Vacuum Pump Motors
90 KW
SE280M
1485
2 Nos
11
BA Over Flow Transfer Pump Motors
90 KW
SEV280M
1485
1 Nos
12
ESP/BA Hopper Fludiging Blower Motors
15 KW
SE160L
1460
1 Nos
13
11 KW
SE160L
965
2 Nos
14
Clinker Grinder Motors
Mechanical Exhauster Drain Sump Pump
Motors
15 KW
SEV160L
1460
1 Nos
15
Condenser Water Pump Motors
2.2 KW
M3BA100LC4
1450
1 Nos
16
Cooling Tower Motors
2.2 KW
M3BA112M6
945
1 Nos
Motors at Ash Silo Pump House
17
HCSD Pump Motors
315 KW
VFD355LX
1487
1 Nos
18
Emergency Pump Motor
110 KW
SE315S
1485
1 Nos
19
Silo Aeration Blower Motors
37 KW
SE225S
1475
1 Nos
20
Dust Conditioner Water Pump Motors
37 KW
SE225S
1475
1 Nos
21
HCSD Charge Pump Motors
37 KW
SE225S
1475
1 Nos
22
Ash Slurry Mixture Motors
Twin Paddle Feeder Motors (HCSD
Unloading)
75 KW
ND280S
1480
1 Nos
15 KW
SE160L
1460
1 Nos
0.75 KW
SD/ND 80
1661
1 Nos
3.7 KW
G-DA-112MS-D
1440
1 Nos
3.7 KW
G-DA-112MS-D
1440
1 Nos
23
24
26
Scavanger Fan Motors (Dry Unloading Spout)
Rotary Feeder Motors for Dry U/L (Open
Truck)
Rotary Feeder Motors for Dry U/L (Closed
Truck)
27
Geared Motor for Rotary Unloader
7.5 KW
132M
1500
1 Nos
28
Silo Vent Fan Motors
15 KW
160L
2176
1 Nos
29
Drain Sump Pump Motors Fly Ash Silo Area
5.5 KW
SEV132S
1450
1 Nos
25
-: 17 :Motors at Ash Water Pump House
30
BA LP Water Pump Motors
75 KW
SE280S
1485
1 Nos
Motors at ESP-1&2
31
CER Motors
0.37 KW
71
1390
2 Nos
32
EER Motors
0.37 KW
71
1380
2 Nos
33
GDR Motors
0.37 KW
71
1390
1 Nos
34
A/C Compressor pump Motors
55 KW
EHX250MB4
1475
1 Nos
35
Condensate Transfer pump Motor
5.5 KW
M3BA132M-4
1460
1 Nos
36
AHU Motor
18.5 KW
EHX180MLB1
1455
1 Nos
37
Ventillation air Blower
5.5 KW
E132M
1450
1 Nos
Motors at Boiler-1&2
38
AC Scanner Air Motors
11 KW
BM160M
2935
2 Nos
39
Air pre-heater Main motor
37 KW
IEC225M
1480
1 Nos
40
Air pre-heater Support bearing lub-oil Motors
0.37 KW
D90D
970
1 Nos
41
Air pre-heater Guide bearing lub-oil Motors
0.37 KW
D90D
970
1 Nos
42
Cooling water pump Motor
3.7 KW
NG100L
2875
1 Nos
43
Condensate Pump Motors
75 KW
ILG6283-4MA
90-Z
1486
1 Nos
44
Mill-Seal air Motors
110 KW
315S
1465
1 Nos
45
ID Fan Seal Air Motor
5.5 KW
M3BA132SB2
2890
1 Nos
46
Soot Blower Traverse Motor (Water Walls)
0.56 KW
90B/4
1425
2 Nos
47
Soot Blower Rotory Motor
0.09 KW
71C/4
1435
2 Nos
48
Boiler Drain Oil Motor
5.5 KW
E132M
1450
1 Nos
49
Dynamic Classifier Motors of Mills
50
Mill Lube oil pump Motors-1
M3BP280SMC41
MB5
1480
ILA9166-4KA9613.8 KW
Z(160L)
1470
51
Mill Lube oil pump Motor(HP)
3.65 KW
ILA7134AA91Z
(122M)
1450
1 Nos
52
ID Fan Lube Oil Pumps Motors
5.5 KW
AMW13254
1440
1 Nos
53
FD Fan Lube Oil Pumps Motors
2.2 KW
AMW100LK4
1400
1 Nos
75 KW
1 Nos
1 Nos
Motors at Water Treatment Plant
54
Filer Back Wash Pump
37 KW
EHX250MB6
985
1 Nos
55
RO-II High Pressure Pump
30 KW
EHX200MLA2
2940
1 Nos
56
RO-I Cleaning Solution Pump
45 KW
EHX225SMB2
2955
1 Nos
57
RO-II Cleaning Solution Pump
11 KW
EHX160MLC2
2920
1 Nos
58
RO-II Feed Pump
7.5 KW
M3BA132MB4
1460
1 Nos
59
RO Flushing Pump
30 KW
EHX200MLC4
1470
1 Nos
60
Mixed Bed Feed Pump
7.5 KW
M3BA132BB2
2990
1 Nos
-: 18 :-
61
RO-I Cleaning Solution Tank Agitator
0.75 KW
M3BAF080D4
1410
1 Nos
62
RO-II Cleanign Solution Tank Agitator
0.37 KW
M3BAF071C/4
1390
1 Nos
63
Caustic Unloading & Transfer Pump
1.5 KW
M2BA090L4
1420
1 Nos
64
Acid Unloading & Transfer Pump
1.5 KW
M2BA090L2
2890
1 Nos
65
Caustic Tank RO-I Permeat Agitator
0.75 KW
M3BAF090L6
940
1 Nos
66
Filter Feed Pump
75 KW
EHX280SMB2
2965
1 Nos
67
Sludge Transfer Pump
15 KW
EHXF160MLD2
2920
1 Nos
68
Sludge Recirculation Pump
3.7 KW
M3BA112MB4
1450
1 Nos
69
Fecl3 Unloading & Transfer Pump
2.2 KW
3GBA91313/AH
B
2873
1 Nos
70
Flash Mixer
2.2 KW
M3BAF100LCF
1450
1 Nos
71
Scrapper for Tube Settler Pump
0.75 KW
KCAM25147
935
1 Nos
72
Agitator for Fecl3 Dosing Tank
0.37 KW
M3BAF0HC-4
1390
1 Nos
73
MB Air Blowers
7.5 KW
M3BA132MB4
1460
1 Nos
74
Effluent Transfer Pumps
22 KW
EHX180MLC4
1455
1 Nos
75
Agitator for SMBS Dosing Tank
0.75 KW
M3BAF090L6
940
1 Nos
76
Filter Air Scour Blower
18.5 KW
EHX180MLB4
1455
1 Nos
77
Flocuulator
1.5 KW
M3BA90LD4
1445
1 Nos
78
Flocuulator
0.75 KW
M3BA80D4
1410
1 Nos
79
RO Reject Pump
75 KW
MH28S413
1480
1 Nos
80
DM Transfer Pumps
7.5 KW
MH13M43/132M
1455
1 Nos
160 KW
M2BA315MLA4
1485
1 Nos
Motors at Fire & Service Water
81
Fire Water Pump Motors
82
Jockey Pump Motors
37 KW
EHX200MLB2
2940
1 Nos
83
Ash Handling Seal Water Pump Motors
30 KW
SE200L
1474
1 Nos
84
Service Water Pump Motors
30 KW
MH20L453/200L
1470
1 Nos
85
CHP Dust Supression Pump Motors
75 KW
280S
1485
1 Nos
Motors at Coal Handling Plant-1&2
86
BCN-2A/2B
110 KW
M2BA315SMA4
1485
1 Nos
87
BCN-6A/6B/10A/10B/12A/12B
132 KW
M2BA315SMB4
1485
2 Nos
88
BCN-9A/9B
75 KW
EHX280SMB4
1475
1 Nos
89
BCN-11A/11B
160 KW
M2BA315MLA4
1485
1 Nos
90
Roller Screen Motor
45 KW
EHX225SMC4
1470
1 Nos
91
1.5 KW
MA10L635
935
1 Nos
92
Cable Reeling Drum motor
Tripper. 1/2/3/4
7.5 KW
EHX132SMD4
1 Nos
93
Travel drive Motor
7.5 KW
ND180M
1450
1450/7
50
94
Slewing Hydraulic Drive
30 KW
ND200L
1470
1 Nos
95
Cabin Adjust Hyd.Drive
1.5 KW
ND90L
1425
1 Nos
2 Nos
-: 19 :-
96
Hyd.Pump Motor for Luffing Drive
30 KW
ND200L
1470
1 Nos
97
Boom Conveyor
90 KW
ND280M
1480
1 Nos
98
Sump Pump Motors for Crusher House
5.5 KW
132S
1445
1 Nos
Sump Pump Motors for ERH-1
100 Ventilation System Motors at ERH-1/ERH-2
101 Ventilation System Motors at ERH-1/ERH-2
5.5 KW
132S
1445
1 Nos
18.5 KW
180MLB4
1455
1 Nos
9.3 KW
180MLB4
1455
1 Nos
102 DS Water pump (PWP-1A/1B)
75 KW
280S
1485
1 Nos
103 Compressor Motor (SC-1A/1B)
75 KW
280M
1489
1 Nos
104 Dry Fog pump (DFP-1A/1B)
3.7 KW
112M
1440
1 Nos
105 Compressor cooling Motor-1/2
1.5 KW
12-90L-4
1390
1 Nos
106 Air Compressor Motor
11 KW
132M
2910
1 Nos
99
-: 20 :SECTION-III: INSTRUCTIONS TO THE BIDDERS
The instructions given below must be read very carefully, as failure in compliance with any of these may render
the offer liable for rejection. If a bidder has any doubt about the meaning of any stipulation herein, General
Purchase Conditions, specification of materials or any other enclosed document, the tenderer should
immediately obtain the clarification/ information in writing from the executive who has issued these
documents/the Chief Engineer (Generation).
APGENCO or CORPORATION: shall mean Andhra Pradesh Power Generation Corporation Ltd., (a
Govt. of A.P Undertaking), a company incorporated in India under Companies Act 1956, having its
Regd. Office at Vidyut Soudha, Hyderabad–500082, (AP).
1.
1.1.
1.2.
1.3.
1.4.
2.
2.1
2.2
2.3
2.4
2.5
3.
Earnest Money Deposit (EMD)
Offer must accompany EMD of requisite amount as specified in tender enquiry failing which
offer shall be liable for rejection.
EMD can be furnished by way of DD/Pay Order/Banker’s Cheque/Bank Guarantee.
Submission of EMD in any other form shall not be considered and shall be treated as
disqualification.
The EMD shall be forfeited, if
(i) Bidder withdraws the bid before expiry of its Validity.
(ii) Successful bidder does not accept the Order/LOI or fails to enter into a Contract within
validity period of Offer.
(iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of issue
of P.O./LOI
(iv) The Offer is disqualified for the reasons outlined in clause 2.4 below.
Permanent/ Standing EMD:
The bidder may deposit with APGENCO, the permanent fixed deposit of Rs.2,50,000/- (Two
lakhs and fifty thousands) as EMD in the form of DD/Pay order/ Banker’s cheque. In case of
BG, it shall be valid for a period of three years constituting the said sum as security for due
compliance with the obligations undertaken in the offer submitted by the bidder. No interest
will be payable on such amount.
Due date and time and submission of Offers: The due date for submission of offers is
25.10.14, 3.30PM.
Post tender rebates or deviation in quoted prices and/ or conditions or any such offers which
will give a benefit to the bidder over others will not only be rejected outright but also the
original offer itself will get disqualified on this account, and bidder’s EMD shall be
forfeited.
The quoted prices must be written in both figures and words in capital letters. Alterations, if
any, shall be made clearly by crossing the whole-entered rate and bidder with his full
signature and rubber stamp should attest such correction. There shall NOT be any
overwriting under any circumstances; as such offers are liable for rejection. In case of any
discrepancy between figures and words, the rates in words shall be considered for the
purpose of evaluation.
Bidders may note that due date and time of opening the bids shall strictly be adhered to and
accordingly.However, due to declaration of unexpected holiday or any unforeseen
circumstances, bids are not opened on due date, the same shall be opened on next working
day at the same time.
Standard printed conditions attached to the tender will not be accepted. Only those
mentioned in the body of the Offer will be considered.
The bidder shall certify that the quoted rates are as applicable to Government Dept. / Public
Sector Undertaking and in support of this they shall furnish copies of Purchase Orders
received from these organizations.
Validity of Offers:
The Offers shall be valid for a period of 180 days from the date of opening of
Price/Commercial Bids. The period of validity cannot be counted from any other date other
than the date of opening the bids.
During this period bidder shall not be permitted to withdraw or vary their offers, once made
and if they do so, the EMD shall be forfeited.
-: 21 :4.
Past Experience:
The list of customers, to whom the bidder had supplied identical materials in the past along
with documentary evidence with P.O. details with price list and Performance Reports, if any,
shall be furnished.
6.
Acceptance of APGENCO/APPDCL Payment Terms:
7.
Price Basis:
Kindly quote F.O.R. destination prices and Dispatch of materials through our authorized
transporter. However, if the quoted rates are on Ex-Works basis, loading @ 2% towards
Packing and Forwarding and 3% towards Freight charges shall be done. However, for F.O.R.
Destination or F.O.R. Station of Dispatch prices, break- up of Packing and Forwarding and
Freight component shall be furnished as Excise Duty and Sales Tax shall be payable on Exworks price only and shall not be payable on Freight charges.
8.
Transit Insurance:
Bidder shall quote FOR Destination prices inclusive of marine insurance charges. However, if
the price is of Ex-works or Station of Dispatch, loading shall be done on their quoted price @
1% towards transit insurance by the Corporation.
9.
Taxes and Duties:
Kindly indicate clearly as to whether the offered Prices are inclusive or exclusive of Sales Tax.
The rate and nature of Sales Tax applicable shall be shown separately. Sales Tax shall be paid
to the seller at the rate which it is liable to be assessed/ actually assessed on the date of
supply, provided the transaction of sale is liable to Sales Tax. In case the bidder stipulates
Excise Duty extra as applicable at the time of Dispatch and specifies the present rate of Excise
Duty (in numeric percentage or NIL), the Offer shall be evaluated considering rate of E.D. for
the product as per Excise Tariff of Govt. of India or as evident from bids received from other
bidder. However, liability of APGENCO/APPDCL shall be restricted to actual ED paid at the
time of Dispatch subject to production of Excise Gate Pass or Excise Invoices. In case the
bidder quotes with ‘fixed rate’ of ED or specify ED as NIL, the Offer shall be evaluated
accordingly and payment shall also be restricted accordingly. This will be subject to
submission of Excise Invoice copy for having actually paid the Excise Duty or otherwise but
claim for any upward revision will not be accepted at a later stage. Similarly if variable excise
duty is payable, evaluation shall be done on full/maximum excise duty payable for the
product but payment of ED to the Supplier against the order, if placed, shall be actual amount
paid subject to furnishing documentary proof (excise Gate Pass or Excise Invoice).
10.
Cost Compensation for Deviation:
Deviations specifically declared by the bidders in respective Deviation Schedules of Bid
Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are
required to declare the Prices for the withdrawal of the deviations declared by them in the
Deviation Schedules. Such Prices declared by the bidders for the withdrawal of the deviations
in the Deviation Schedule shall be added to the bid prices to compensate for these deviations.
In case prices for the withdrawal of deviations not furnished by the bidder, the owner shall
convert such deviations into a Rupee value and add to the bid price to compensate for these.
In determining the Rupee Value of the deviations, the owner will use parameters consistent
with those specified in the specifications and documents and/ or other information as
necessary and available with APGENCO. In case the bidder refuses to withdraw the
deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the
EMD of bidder shall be forfeited. Bidder may note that deviation variations and additional
conditions etc. found elsewhere in the bid other than those stated in the Deviation schedules,
save those pertaining to any rebates, shall not be given effect to in evaluation and it will be
assumed that the bidder complies with all the conditions of Bidding Documents. In case
bidder refuses to withdraw, without any cost to APGENCO, those deviations, which the
bidder did not state in the Deviation Schedules, the EMD of the bidder may be forfeited.
(Please refer Section-I)
-: 22 :11.
Offers should strictly be in conformity with specifications/drawings/samples as stipulated in
the enquiry. In case no deviations are indicated, it shall be taken for granted that item (s) has/
have been offered strictly as per the requirements given in the enquiry.
12.
Delivery:
The material shall be delivered within the shortest possible period, reckoned from the date of
Purchase Order. In case of any deviation, bidder shall offer his best, realistic and firm
delivery, which shall be specific and guaranteed. Delivery period shall be reckoned from the
date of LOI / P.O. whichever is the first intimation of acceptance of bidder’s offer. Final date
of delivery shall be evidenced by date of despatch of materials as per transporter’s Lorry
Receipt/Goods Receipt/RR/ PWB/AWB. In case stage inspection or pre- despatch inspection
is involved, the bidder shall take into account 15 days notice to APGENCO to depute
Inspection Engineer. In view of this, delivery time will be inclusive of time taken for
inspection. For delivery beyond contractual delivery period, provisions of ‘General Purchase
Conditions’ will apply.
13.
It is not binding on APGENCO/APPDCL to accept the lowest or any bid. The Corporation
reserves the right to place orders for individual items with different bidders and to revise the
quantities at the time of placing the order. The quoted rates, terms and conditions shall apply.
The Order for the materials may also be split up between different bidders to facilitate quick
delivery of critically required materials. APGENCO/APPDCL further reserves the right to
accept or reject any/all bids without assigning any reasons thereof.
APGENCO/APPDCL at its sole discretion unilaterally may change the quantities to the
extent of  20% as indicated in tender enquiry/ NIT. The successful bidder shall be bound to
supply these quantities on the same rate and terms and conditions.
Bidders are requested to fill in the enclosed Proforma for Terms and Conditions and submit
the same in duplicate along with their offer.
Orders placed against this tender enquiry shall be subject to ‘General Purchase Conditions’ of
APGENCO/APPDCL, a copy of which is enclosed. Bidders are requested to confirm
acceptance in to in their Offer.
Make/Brand of items offered shall be specified failing which offers are liable to be rejected. It
shall be appreciated if one copy of detailed descriptive literature/ pamphlets, price lists shall
be enclosed along with the Offer, which may help technical evaluation.
In case material offered is ISI marked/tested at any Govt. recognized test house; copies of
relevant certificate shall be furnished along with the offer.
Test certificate of manufacturer/Govt. Test House shall be submitted if so stipulated.
If the bidder is on DGS&D Rate Contract for item (s) covered in tender enquiry. A copy of the
same shall be enclosed along with the offer. SSI/NSIC units shall furnish a copy of
14.
15.
16.
17.
18.
19.
20.
registration certificate.
21.
Samples shall be submitted with the Offer wherever asked for and it is to be noted that they
shall only be supplementary to the Specification and would not supersede the Specification.
Samples are relied upon solely to describe attributes that are not quantifiable like colour,
luster feel etc. Bidder shall submit samples, freight paid, through register Post Parcel/ Road
transport and should ensure that samples reach APGENCO/APPDCL within the stipulated
date and time. No cognizance will be given to such samples, which are received after the
specified date and time.
Superintending Engineer (Generation-III)
-: 23 :SECTION-IV: GENERAL PURCHASE CONDITIONS
GENERAL
1.1
The following terms and expressions used herein shall have the meaning as indicated herein:
“Supplier/ Vendor/Contractor”: shall mean the individual firm or company whether
incorporated or otherwise in whose name the purchase order shall be addressed and shall
include its permitted assigns and successors.
“Buyer/ Purchaser/ Corporation/ APGENCO” : shall mean Andhra Pradesh Power
Generation Corporation Ltd., (A Govt. of A. P. Undertaking), a company incorporated in
India under Companies Act 1956, having its Registered Office at Vidyut Soudha, Hyderabad
– 500 082 (AP).
“Contract / Agreement”: shall mean the Purchase Order.
1.2.
Reference: After placing of purchase order, the purchase order number must appear on all
the correspondence, packing slips, invoices, drawings or any other document or paper
connected with the purchase order.
1.3.
Specifications and drawings:
Any information or details which are included in the specifications but not indicated in the
drawings and vice-versa will have the same effect and meaning as if included for and shown
both in the specifications and drawings. In case of any dispute between the specifications and
drawings, the decision of the Corporation or its authorized representative will be final and
binding.
1.4.
Addition/ Alterations/ Modifications:
The Corporation reserves the right to make additions/alterations/ modifications to the
quantity of items in the purchase order. The supplier shall supply such quantities also at the
same rate as originally agreed to and incorporated in the purchase order.
1.5.
Waiver:
Any waiver by the authority of any breach of the terms and conditions of the purchase order
shall not constitute any right for subsequent waiver of any other terms or conditions.
1.6.
Sub-letting and Assignment:
The supplier shall not, save with prior consent in writing of the Corporation, sublet, transfer
or assign the order or any part thereof or interest therein or benefit or advantage thereof in
any manner, whatsoever. Provided nevertheless that any such consent shall not relieve the
supplier from any obligation, duty or responsibilities under the contract.
1.7.
Information Provided by the Corporation:
All drawings, data and documentation that will be given to the supplier by the Corporation
for the execution of the order are the property of the Corporation and shall be returned back
when demanded. Except for the purpose of executing the order of the Corporation, supplier
shall ensure that the above documents are not used for any other purpose. The supplier shall
further ensure that the information given by the Corporation is not disclosed to any person,
firm, body, corporate and/or authority and make every effort that the above information is
kept confidential. All such information shall remain the absolute property of the Corporation.
1.8.
Name Plate:
Equipment should be provided with name plate giving full details of supply, capacity and
other details as specified in the relevant IS or other specification stipulated. The purchase
order No. and Date and Year of supply and the words APGENCO/APPDCL must be etched
on the name plate.
1.9.
Interchangeability:
All similar materials and removable parts of similar equipment shall be interchangeable with
each other. A specific confirmation of this should be furnished along with the invoices for the
supplies.
-: 24 :1.10
Materials & Workmanship:
Supplier shall fully warrant that the stores, equipment and component to be supplied against
the purchase order shall be new and first quality, according to the specifications and shall be
free from defects (even concealed faults, deficiency in design, materials and workmanship).
1.11.
Spare Parts:
Wherever applicable, the supplier shall furnish to the Corporation, item-wise price list of
spares required for two year operation and maintenance of the ordered equipment. The
supplier shall also furnish necessary instructions and drawings to identify the spare part
numbers and their location as well as an interchangeability chart.
1.12.
Supplier’s Liability
Supplier shall accepts full responsibility and indemnify the Corporation and shall hold the
Corporation harmless from all acts of omission and commission on the part of the supplier,
his agents, his subcontractors and employees in execution of the purchase order. The supplier
shall also agree to defend and hereby undertake to indemnify the Corporation and also hold
it harmless from any and all claims for injury to or death of any and all persons including but
not limited to employees and for damage to the property arising out of or in connection with
the performance of the work under the purchase order. It is mandatory for the supplier to
arrange necessary insurance coverage for the workmen, before starting the work.
1.13.
Access to supplier’s Premises:
The Corporation and / or its authorized representative shall be provided access to supplier’s
and / or his sub-contractor’s premises, at any time during the pendency of the purchase
order, for expediting the supplies, inspection, checking etc.
1.14
Sale Conditions:
With supplier’s acceptance of the provisions of the purchase order, any of the general/
special sales conditions quoted by the bidder shall be deemed to have been waived and or
cancelled.
1.15
Modifications
This purchase order if placed, shall constitute an entire agreement between the parties hereto.
Any modification to the purchase order shall become binding only upon the same being
confirmed in writing duly signed by both the parties.
1.16
Inspection/checking/testing
All materials/ equipment to be supplied against the purchase order shall be subject to
inspection/ checking/ testing by the Corporation or its authorized representative at all stages
and places, before, during the supply. All these tests shall be carried out in the presence of
authorized representative of the Corporation. Supplier shall notify the Corporation for the
inspection of materials/ equipment when they are ready, giving atleast 10 days notice. If
upon receipt at our Stores, the material/equipment does not meet the specifications, they will
be rejected and returned to the supplier for repair/modification etc. or for replacement. In
such cases all expenses including to- and- fro freight, re-packing charges, transit insurance etc
shall be to the account of supplier.
Inspection by the authorized representative of the Corporation or failure of the
corporation to inspect the material/equipment shall not relieve the supplier of any
responsibility or liability in respect of such material/ equipment not be interpreted in
anyway to imply acceptance thereof by the Corporation. Whenever specifically asked for by
the Corporation, the supplier shall arrange for inspection/testing by Institutional Agency
such as Lloyds Register of Industrial Services etc. In such cases vendor shall adhere to the
inspection/ testing procedures laid down by such agencies. All expenses including
inspection fees shall be to the suppliers account unless agreed to the contrary and specified in
the purchase order.
-: 25 :1.17
Packing and Marking:
All materials/equipment shall be securely packed to the requirements of transportation by
Rail/ Road/ Sea transport. All exposed services/ connections/, protrusions shall be properly
protected. All unexposed part shall be packed with due care and the packages should bear
the words’ handle with care’. The packing requirements of Rail/ Road transport shall be
complied with so as to obtain clear Railway Receipt/ Lorry Receipt i.e. without any
qualifying remarks.
All packages and unpacked materials shall be marked with the name of Consignor,
Consignee, Purchase order No., gross and Net weight, sign of handling, if any, with indelible
paint in English atleast at two places. In case of bundles, metallic plates marked with the
above details shall be tagged with such bundles.
1.18
Despatch of Materials:
The supplier is responsible for the safe delivery of the goods in good condition at destination
stores. The supplier should acquaint himself of the conditions obtaining for handling and
transport of the goods to destination and shall include and provide for security and
protective packing of the goods so as to avoid damage in transit.
After packing the materials/ equipment those shall be despatched strictly as per the
provision of purchase order. In case any changes in the mode of transportation and/or
transporter has to be done, the same shall be done only after obtaining prior approval in
writing. Normally the goods shall be despatched through reputed transporter only. All
formalities related to allotment of wagons, loading permission from Railways shall be
completed by the supplier. The supplier shall communicate immediately the despatch details
to the consignee as specified in the purchase order. The Original despatch documents shall
be forwarded immediately, failing which the supplier shall be responsible for any delay
in payment and consequential payments of demurrage and wharfage to the transporter, if
any.
1.19
Demurrage/Wharfage:
If the documents are routed through Bank, any consequential charges i.e. demurrage/
wharfage charges, due to late retirement of documents on account of
(i)
violation of inspection clause i.e. despatch of materials without pre-despatch
inspection whereas Pre-despatch inspection is required as per the condition of P.O.
(ii)
materials despatch after expiry of delivery period without obtaining approval in
advance for extension of delivery period
(iii)
despatch of materials not through authorized transporter as indicated in the P.O.
(iv)
late receipt of invoice or due to violation of any other clause (s) of the purchase
order, will be to supplier’s account. Supplier shall also be responsible for all such
payments due to late receipt of RR/LR and other documents.
1.20
Acceptance of order:
The Purchase Orders shall be sent to supplier in duplicate and he shall return one copy
along with enclosures, duly signed and stamped, within 15 days in token of having
received and accepted the order.
1.21
Jurisdiction:
All and any disputes or difference arising out of or touching this order shall be decided
only by the Courts or Tribunals situated in Hyderabad/ Secunderabad.
For the purpose of any legal obstruction, the material, spares etc., should be deemed to pass
into company’s owner ship only at the destination stores where they are delivered and
accepted.
2.1
FINANCIAL
Prices:
Price (s) mentioned in the Purchase Order shall be firm and not subject to escalation on any
account, till the Order is executed in full and it’s subsequent amendments accepted by the
Supplier even though the completion/ execution of Order may take longer time than delivery
period incorporated and accepted in Purchase Order.
-: 26 :2.2
Taxes, Levies and Duties:
Sales Tax, Excise Duty and other levies payable shall be shown separately in the invoice.
These shall be to the account of Corporation, unless otherwise mentioned in the Purchase
Order.
2.3
Variation in Statutory Levies:
Any variation, upward or downward, in statutory levies or new levy is introduced after
opening of the bids/placement of Order under this Purchase Order shall be to the account of
Corporation, unless otherwise mentioned in the P.O.; provided that in cases where delivery
schedule is not adhered to by the Supplier and there are upward variation/ revision after the
agreed delivery date, the bidder/ Supplier shall bear the impact of such increased levies and
if there is downward variation/ revision, the corporation shall be given advantage to that
extent.
2.4
All royalties for patent or charges for the use or infringement thereof that may be involved in
the construction or use of any equipment shall be included in the bid price. The
bidder/Supplier shall protect the Corporation against any and all claims arising on account
of the use thereof the Corporation agreeing to furnish the Supplier any appropriate
information or assistance.
2.5
2.5.1
Security Deposit (SD):
The successful bidder shall furnish within one month from the date of issue of LOI/ PO (if
the value of Order is above Rs. 1,00,000) Security Deposit equal to 2.5% of value of Purchase
Order for proper fulfillment of the terms and conditions of the Contract and full execution of
supplies thereof. The amount of Security shall be forfeited to the extent of financial loss
suffered by the Corporation, if Supplier fails to execute the Order and fulfill its terms and
conditions.
Security deposit may be furnished in the shape of cash, by Demand Draft drawn on any
Scheduled bank, payable to APPDCL or bank guarantee in lieu of cash from any
Nationalized bank in prescribed Proforma which shall be furnished along with Purchase
Order (Bank guarantee shall be accepted only if amount of SD is above Rs. 10,000) or
Government Securities duly endorsed in favour of APPDCL.
Security deposit shall be returned back to the Supplier as soon as order is fully executed and
Supplier has met all contractual obligations and there is nothing outstanding either against
this Purchase Order or any other Purchase Order placed by the Corporation on the Supplier.
2.5.2
2.5.3
2.6
2.6.2
2.6.3
2.6.4
2.7
2.8
2.8.1
Terms of Payment: (Please refer Section-I)
Payments shall be made through Account Payee cheques only.
If the Supplier has received any over payments by mistake or if any amounts are due to the
Corporation due to any other reasons, when it is not possible to recover such amount under
the Contract resulting out of this Order the Corporation reserves the right to collect the same
from any other amounts and/ or Bank Guarantee given by the Supplier due to or with the
Corporation.
When the Supplier does not at any time fulfill his obligations in replacing/ rectifying etc. of
the damages/ defective materials in part or whole, promptly to the satisfaction of the
Corporation’s officers, the Corporation reserves the right not to accept the bills against
subsequent dispatches made by the Supplier and under these circumstance only the Supplier
will be responsible for any demurrage, wharfage or damages occurring to the consignments
so dispatched.
Delivery Schedule:
Time is essence of this Order and no delay shall be allowed in the delivery time/ delivery
schedule mentioned in the Purchase Order. Delivery of equipment/materials described shall
be deemed to constitute acceptance of this Order and terms and conditions by the Supplier at
the price specified.
Liquidated Damages/ Failure and Termination:
In the event of any delay in the Supplies of ordered materials beyond the stipulated date of
delivery/ delivery schedule including any extension permitted in writing, the Corporation
reserves the right to recover from the Supplier a sum equivalent to 0.5% of the value of
delayed materials/equipment for each week of delay and part thereof subject to a maximum
of 5% of the total value of the Order.
-: 27 :2.8.2
2.8.3
2.8.4
Alternatively, the Corporation may resort to purchase the material/equipment from
elsewhere at the sole risk and cost of the Supplier and recover all such extra cost incurred by
the Corporation in procuring the materials by above procedure.
Alternatively Corporation may cancel the Purchase Order completely or partly without
prejudice to its right under the alternatives mentioned above.
In case of recourse to alternative 2.8.2 and 2.8.3. above, the Corporation shall have the right to
repurchase the materials which is readily available in the market to meet the urgency of
requirements caused by Supplier’s failure to comply with the scheduled delivery period
irrespective of the fact whether the material/ equipment are similar or not.
2.9
Performance Bank Guarantee:
The Supplier shall ensure that all materials/equipment under this Purchase Order shall
conform to Corporation’s requirements and specifications. An additional security in the form
of Performance Bank Guarantee is essential for satisfactory performance of the equipment
over a period of time. In view of this, Suppliers of equipment/ instruments/ materials/
machinery shall be required to furnish a Bank Guarantee (10% of order value) as follows,
against any manufacturing defects/ poor workmanship/poor performance. In case any
deficiencies are found during this period, the same shall be repaired/rectified/replaced free
of cost. BG shall be from any Nationalized Bank in the prescribed Proforma
The Corporation shall at its discretion have recourse to the said Bank Guarantee for recovery
of any or all amount due from, the Supplier in connection with the Purchase Order including
of Guarantee obligations. Checking/approval of Supplier’s drawings, inspection and
acceptance of materials/equipment furnishing to effect shipment and/or work done by
erection, installation and commissioning of the equipment by Corporation or any other
agency on behalf of the Corporation shall not in way relieve the Supplier from the
responsibility for proper performance during the Guarantee Period.
2.10
Insurance:
Supplier shall arrange suitable marine insurance cover at their risk and cost.
2.11
Removal of Rejected Goods and Replacement:
If upon delivery, the material/equipment is found not in conformity with the specifications
stipulated in the Purchase Order, whether inspected and approved earlier or otherwise, those
shall be unacceptable to the Corporation or its authorized representative. A notification to
this effect shall be issued to the Supplier, normally within 30 days from the date of receipt of
materials at our Stores.
Supplier shall arrange suitable replacement supplies and remove the rejected goods within 30
days from the date of notification failing which, the goods shall be dispatched to vendor by
road transport on ‘freight to pay basis’ at Supplier risk and cost.
External damages or shortages that are prima-facie the results of rough handling in transit or
due to defective packing shall be intimated within a fortnight of the receipt of the materials,
spares etc. In case of internal defects, damage or shortages or any internal parts, which
cannot ordinarily be detected on a superficial visual examination, though due to bad
handling in transit or defective packing should be intimated within 3 months from the date of
receipt of these articles. In either case the damaged or defective materials should be replaced
by the Supplier free of cost to the Corporation.
If no steps are taken within 15 days of receipt of intimation of defects or such other
reasonable time as company may deem proper to afford, the company may without prejudice
to its other rights and remedies arrange for repairs/rectification of the defective materials or
replace the same and recover the expenditure incurred from the deposits such as EMD, SD
and Performance Guarantees or other money available with the Corporation or by resorting
to legal action.
However, if any advance payment had been made by the Corporation for the goods so
rejected on technical ground, rejected materials shall be returned to Supplier after receipt of
suitable replacement supplies. If the Supplier does not settle the rejection within a period of
60 days from the date of notification from stores, rejected goods shall be sent back to Supplier
at his risk and cost. The Dispatch documents shall be negotiated through bank to recover the
advance payment already made. Supplier shall make the payment to the bank and take
possession of Dispatch documents so as to collect the materials from the Road Carrier.
a)
b)
c)
d)
e)
-: 28 :2.12
2.12.1
2.12.2
2.12.3
2.12.3
2.13
Force Majeure:
The Supplier shall not be liable for delay or failing to supply the materials/ equipment for
reasons of Force Majeure such as Act of God, Act of War, Act of Public Enemy, Natural
calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes which have duration
of more than 7 days shall be considered for Force Majeure.
The vendors shall within 10 days from the beginning of such delay notify to the Corporation
in writing the cause of delay. The Corporation shall verify the facts and grant such extension
of time as facts justify.
No price variation shall be allowed during the period of Force Majeure and liquidated
damages would not be levied for this period.
At the option of Corporation, the Order may be cancelled. Such cancellation, would be
without any liability whatsoever on the part of the corporation. In the event of such
cancellation, Supplier shall refund any amount advanced or paid to him by the corporation
and deliver back any materials issued to him by the corporation and release facilities, if any
provided by the corporation.
Cancellation of Order:
The Corporation reserves the right to cancel the Order in part or in full by giving two weeks
notice thereby if:
The Supplier fails to comply with any of the terms of the Order.
The Supplier becomes bankrupt or goes into liquidation.
The Supplier makes general assignment for the benefit of the creditors and
Any Receiver is appointed for the property owned by the Supplier.
Superintending Engineer (Generation-III)
-oOo-
-29-
SECTION-V: BID SCHEDULES
-: 30 :SCHEDULE-A:
Proforma Of Letter Of Authority
(To be furnished on Principal’s Letterhead)
M/s Andhra Pradesh Power Generation Corporation Ltd
------------------------------------------------------------------------------------------------Dear Sirs,
Ref: NIT No--------------------------------------------------------------------, Due opening date______
@@@
In connection with your above tender enquiry, We hereby authorize, M/s________________
________________(Name, full address, Telephone & Fax Nos)_____________ to act as an
agent on our behalf.
We confirm that any offer/commitment made by them including price, technical
specifications and delivery schedule, shall be binding to us and we further confirm that we
shall fully abide by the said conditions.
This authority shall be irrevocable and remain valid during the period of contract, if
awarded by APGENCO.
Thanking you,
Yours faithfully,
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 31 :SCHEDULE-B: General Details of the Bidder & Manufacturing Details
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
(12)
(13)
(14)
(15)
Name and address of the
Tenderer
Ph No., Fax No. & email id
Whether Individual,
Proprietary, Pvt or Public Ltd
Co.
Qualification of the Tenderer,
if he is professionally
qualified.
Details of Board of Directors
Excise & Sales Tax Regn. Nos.
NSIC Regn. No, if applicable
DGS&D Regn. No.
Income Tax PAN
Place of Manufacturing works
Name & designation of an
authorized Officer at Bidder’s
Works to whom reference shall
be made for expeditious
technical co-ordination, in the
event of placement of Order
Place of Manufacturing &
Testing Facilities, QC setup etc.
Manufacturing Capacity
Details of stores or class of
stores which the factory, as
equipped is capable of
production (Specifying each
item separately)
Whether stores were tested to
any standard specification, if so
copies of original tests
certificates (latest) should be
submitted in triplicate.
Details of Servicing facilities, if
applicable
:
:
:
:
:
:
:
:
:
:
:
:
:
Documents to be furnished/enclosed:
(a)
Copy of Partnership Deed/Articles of Association.
(b)
Copies of Certificate of Registration with Govt. Departments etc.
(c)
Copy of Certificate Registered as SSI unit with either the NSIC or the Dept of Industries/
Govt. of AP, if applicable
(d)
Copy of P.A.N Card.
(e)
Any other relevant documentation.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 32 :SCHEDULE-C: CHECK LIST: Qualification Requirements - Compliance
SNo.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
Qualification Requirement Stipulated
Name of the
Relevant Bid
schedule
Whether requisite Earnest Money
Deposit is submitted.
Whether, the Bidder has minimum
annual financial turnover of two times
the estimated contract value (i.e, 3.42
Crores) and have submitted supporting
Audited Financial Statements, for the last
Three Financial Years.
Whether, the Bidder have all adequate
facilities to manufacture the offered
materials, including those for machining
to desired dimensions, besides testing
facilities for conducting all necessary
Routine & Type tests as per the relevant
Indian/ International Standards.
Whether, the Bidder have a minimum
experience of Five years in manufacture
of LT Motors up to a maximum of
160KW or higher capacity if any to
Thermal Power Stations, preferably to
Public Sector Power Utilities.
Whether, the Bidder should have
manufactured and supplied at least
53Nos. LT Motors of any capacity for
Thermal Power Stations, preferably to
Public Sector Power Utilities, in any
One/Single Financial year or Calendar year
during the last Three years.
--
Whether,
the
bidder
furnished,
Satisfactory performance certificate(s)
issued by the Station heads, confirming
that the ““the supplied LT Motors have
served their stipulated guarantee period, as
stipulated in the Purchase order and it’s
performance is found to be satisfactory”.
Whether GUARANTEED CLAUSE for
the offered materials, is as per the
requirements stipulated in the Tender.
Whether, all Bid Schedules duly filled in
signed & stamped are submitted.
Financial
standing of the
bidder
In-house
manufacturing
& testing
facilities
Undertaking
by the Bidder
Undertaking
by the Bidder
--
Undertaking
by the Bidder
All the bid
schedules
stipulated in
this SECTION
Remarks including
Details of relevant
Documents enclosed,
wherever applicable
Compliance
Status
(Yes/No)
-: 33 :-
NOTE:
Bidders are advised to ensure that they furnish all particulars and documentary evidence
invariably, such as Financial statements, Copies of Orders, Performance reports from
owners/organizations etc, in support of fulfillment of stipulated Qualification
Requirements. Please refer Clauses No.2 & 3 of Section-I, for details.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 34 :SCHEDULE-D: Financial Standing of the Bidder
(Copies of Audited balance sheets and Profit & Loss statements for the last three
Financial years, showing details of annual turnover, debt, equity ratio and other relevant
financial parameters and the proof of their credit standing may be furnished).
The following particulars may be filled in.
(I)
S.No.
Name of the
Bank
Actual balance at
the credit
Permissible
overdraft
Total credit
Remarks
(II)
S.No.
Year
1.
FY 2011-12 / CY 2011
2.
FY 2012-13 / CY 2012
3.
FY 2013-14 / CY 2013
Copies of Audited balance
sheets and Profit & Loss
statements Enclosed or Not
Turnover in Rs.
Remarks
Note: FY: Financial Year; CY: Calendar Year
Attestation by a Qualified/Licensed Chartered Accountant:
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 35 :SCHEDULE-E: Undertaking by the Bidder
(I)
We undertake to submit that we have submitted the following purchase orders
showing price(s), as documentary evidence for establishing the prequalification
bid requirements and we have supplied all the materials ordered against the said
orders as on date 31.03.2014.
(i)
Details of Orders executed in the year 2009 or Prior to 2009 (to show Five years experience):
Item
Name and
Capacity of the PO No. & Dt,
Ordered Guarantee
Qty supplied
descripti address of the Power plant
Total PO value
Qty
Period as per & Year of
on
Power plant
(MW)/Unit
(Basic)
PO
supply
Sl.
No.
1
2
3
Total Qty supplied
Remarks, if any:
(ii)
Details of Orders executed during any single Financial year (i.e., 2011-12, 2012-13 & 2013-14)
or Calendar year (i.e.,January’2011 to Decmber’2013), evidencing the quantity of LT Motors of
any capacity manufactured & supplied to Thermal Power Stations, preferably to Public Sector
Power Utilities, in any One/Single Financial year or Calendar year during the last Three years is not
less than 53Nos. LT Motors.
(a)
For the C.Y 2011 or F.Y 2011-12:
Sl.
No.
Item
descripti
on
Name and
address of the
Power plant
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
1
2
3
Total Qty supplied
Remarks, if any
(b)
Sl.
No.
Item
descripti
on
For the C.Y 2012 or F.Y 2012-13:
Name and
address of the
Power plant
1
2
3
Total Qty supplied
Remarks, if any:
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
-: 36 :(c)
Sl.
No.
Item
descripti
on
For the C.Y 2013 or F.Y 2013-14:
Name and
address of the
Power plant
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
1
2
3
Total Qty supplied
Remarks, if any:
Note: C.Y: Calendar year; F.Y: Financial year
(II)
GUARANTEE: Accepted for the GUARANTEE CLAUSE stipulated in the Tender.
Note: Use additional sheet of same size and format, if necessary.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 37 :SCHEDULE-F: Details Of Similar Materials/Equipment Supplied by the Tenderer
Sl.
No.
(1)
Item
description
Name and
address of the
Power plant
Capacity of
the Power
plant
(MW)/Unit
PO.No &
Date,
Basic unit
rate & total
Value of
order
Period of
completion as
per order
Period in
which
actually
completed
Principal
features like
major items
major difficult
situations if
any
(2)
(3)
(4)
(5)
(6)
(7)
(8)
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 38 :SCHEDULE-G: Technical Particulars
Note: The Bidder shall furnish the Scope of Supply as envisaged in his Offer, Technical
Particulars (as stipulated in Section-II) for the Offered Items, Special
features/characteristics etc, in detail, in the Schedule, duly enclosing Technical
Catalogues, Brochures, Drawings etc.
@@@
(I)
SCOPE OF SUPPLY:
(II)
TECHNICAL PARTICULARS:
(III)
DOCUMENTS ENCLOSED, if any:
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 39 :SCHEDULE–H: Schedule Of Tests
Details of all the Tests as per the Tender Specification and relevant Indian/International
Standards, which will be conducted at various stages of Supply shall be clearly indicated in
this Schedule.
SNo.
Description of Test
Applicable
Standard
Location of
conducting the Test
Note: Drawings/Quality assurance plan, as per Section-II of the tender specification, shall be got approved
by APGENCO.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 40 :SCHEDULE-I: Terms and Conditions
Bidders are requested to fill in the blank spaces and send the same along with their offer, in
duplicate. Otherwise their offer will be either treated as non-responsive or suitable cost will
be compensated for deficiencies as deemed fit by the corporation.
:
1 Offer / Quotation No. & Date
:
2 Name of the bidder
:
3 Central / State Sales Tax
Registration No.
(Enclose Copy of Regn. Certificate )
:
4 DGS&D’s Registration No., if any
(Enclose copy of rate contract, if any)
:
5 NSIC/SSI Registration No., if any
(Enclose Copy of Regn. Certificate )
6 Company PAN card No.
:
7 Whether quoted for complete
Yes/No
(Offers that do not cover the complete scope will be
scope stipulated in the Tender.
rejected)
8
9
Price basis (Ex-works/ Destination)
Packing and forwarding charges
:
:
F.O.R -----------------------
10
Excise Duty (if exempted, copy of
certificate)
:
11
Sales Tax (CST/APVAT)
:
12
Any other Taxes/Duties etc
(as on the date of Bid submission)
Charges for Transportation upto
Site (incl. Service Tax etc)
Charges for Insurance Cover for
Transport (incl. Service Tax etc)
Charges for Third Party
Inspection (incl. Service Tax etc)
Bank charges
Delivery Period
:
:
As per Price bid.
[Indicate prevailing rate , applicable on Basic Price plus
Packing & Forwarding Charges]
As per Price bid.
[Indicate prevailing rate , applicable on Basic Price +
P&F + ED. APGENCO is entitled to concessional rates,
against Form-C for CST, and also for APVAT]
As per Price bid.
(Unless indicated explicitly, they will be deemed to be Nil)
As per Price bid.
:
As per Price bid.
:
As per Price bid.
:
:
To be borne by seller.
As per Section-I of the tender specification.
:
19
Whether delivery will be made in
whole or in a phased manner
Mode of dispatch
20
Earnest Money Deposit Details
:
21
22
Scope of supply &
Technical
specifications
Supervision services
23
Freight upto Site
13
14
15
16
17
18
:
As per Price bid.
Materials to be dispatched only through
APPDCL/APGENCO’s authorized or reputed
transporter.
(APGENCO reserves the right to reject/
consider offers without EMD) (if permanent
EMD deposited, indicate Approved Letter
No) (Also, if EMD exempted, indicate
APGENCO EMD exemption letter No.)
We confirm acceptance for the following:
: As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
:
:
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
Transportation of the materials upto Site, will be arranged by
the supplier, and prices are quoted keeping this in view.
Loading & Unloading charges are to the account of supplier.
-: 41 :24
Transit Insurance
:
25
Pre dispatch
Inspection (PDI)
:
26
Validity of Offer
:
27
Payment
:
28
:
29
30
Recovery of
Liquidated Damages
Part order
Price Variation
31
Rate Certificate
:
32
Guarantee Period
:
33
Drawings & QAP
:
34
:
36
Tests & Test
certificates
Interchangeability/
Fitment guarantee
Security Deposit
37
10% Performance BG
:
38
39
Jurisdiction
Variation in quantity
:
:
35
:
:
:
:
Insurance for Transport upto & delivery of the materials at Site,
will be arranged by the supplier, against their own Open
Insurance Policy and prices are quoted keeping this in view.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification. Third Party Inspection by M/s.Lloyd’s Register
Asia (LRA) will be arranged by the supplier and prices are
quoted keeping this in view.
180 days from the date of opening of Part-II, ie., Price/
Commercial Bid.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification. (No deviations will be accepted)
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
Acceptable.
The prices quoted will remain firm till execution of full order
(In case of any specific price variation formula the same shall be
mentioned).
It is certified that prices quoted herein are the same as
applicable to other Government Departments/ Public Sector
Undertakings.
As per APPDCL/APGENCO’s Terms, stipulated in the
Section-II of Tender Specification.
Will be submitted, as per APPDCL/APGENCO’s terms,
stipulated in the Tender Specification.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
As per APPDCL/APGENCO’s terms, stipulated in the Tender
Specification.
Will be submitted for 10% of the Total Order value, as
stipulated in the Section-I of Tender Specification.
As per APPDCL/APGENCO’s terms.
APPDCL/APGENCO at its sole discretion unilaterally can
increase or decrease the quantity of any/all items of the tender
by 20%. The bidder shall be acceptable to supply these
quantities on the same price, delivery and terms and conditions
offered.
Important Note:
(i)
The Bidders are advised to ensure that the various Price Components such as Taxes/duties
and other charges, if any indicated in this Schedule, match with the particulars indicated in
the Price Bid. In case the figures in this Schedule are at variance from the particulars in the
Price Bid, the favourable interpretation to APGENCO, will be adopted.
(ii)
The Deviations/ Variations if any, from the terms stipulated in this schedule (OR) from the
Specifications/Requirements stipulated in the Tender Specification, shall be indicated clearly
in the subsequent Schedule i.e., DEVIATIONS.
Otherwise, it will be construed that the requirements stipulated in this schedule/ Tender
Specification, are acceptable to the Bidder.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
Name
Designation
Date
:
:
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 42 :SCHEDULE-J: Deviations
Dear Sirs,
SUB: Tender Specification No. _________________________________
-oOoWe hereby confirm that the following are the only Deviations and Variations, (both
Technical as well as commercial), from the Specifications/Requirements stipulated in the
aforesaid Tender Specification. These are irrespective of what-so-ever has been stated to the
contrary anywhere else, in Our Offer No._________________________________, Dt._______.
These Deviations and Variations are exhaustive and except for these, the entire project will
be executed as per the requirements of the aforesaid Tender Specification.
SNo.
Description of Deviation
Ref. Of Page &
Clause of Bid
Documents
Monetary implications of the
conditions, in case of withdrawal
(Rs. in figures)
(Rs. in Words)
(A) Technical
(B) Commercial
Note: The Tenderer should indicate, in this Schedule, the amount(s), if any, which he
would charge extra (in addition to the rates quoted by him), for withdrawing his
conditions/deviations & accepting the condition as stipulated in the Tender
Specification/Documents. (Use additional sheet of same size and format, if
necessary).
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 43 :SCHEDULE-K: DECLARATION
We hereby declare that:
a. We have not been black listed in any department due to any reasons.
b. We have not been demoted to lower category in any department for not filing the
tenders after buying the tender schedules in a whole year and their registration had
not been cancelled for a similar default in two consecutive years.
c. We will agree to get disqualified ourselves for any wrong declaration in respect of the
above and get our tender summarily rejected.
The soft copies uploaded by us are genuine. Any incorrectness/ deviation noticed can
be viewed seriously and apart from cancellation of the Purchase Order, forfeiting the
Bid security, criminal action can be initiated including suspension of business and/ or
black listing.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 44 :PART-II: PRICE BID/ Proforma Of Summary Of Price Proposal
Name & Address of Bidder:
To
The Superintending Engineer (Generation-III),
APGENCO, 3rd Floor, A-Block,
Vidyut Soudha, Hyderabad.
Dear Sirs,
Ref: Our
offer
No
_____________________________________dated
_________against
NIT No. ___________________________________________________
@@@
We declare that following are our prices for Supply, Testing, Inspection by 3rd Party,
Packing, Transportation & Delivery of LT motors in the 2x800MW Units of SDSTPS. These
prices are for the entire scope, as indicated in your specification and documents, terms and
conditions mentioned in Bid Documents except for the deviations incorporated in the
Statement of Deviations.
(I)
TOTAL EX-WORKS PRICE:
SNo
Material Description
Quantity
Ex-Works Price in (Rs.)
Unit rate
Total
1)
2)
.
.
105)
106)
GRAND TOTAL in Rs.
(II)
Sl.
No
(A)
1
TOTAL F.O.R DESTINATION PRICE:
Description
--% on -----wherever
applicable
(B)
(C)
Basic Ex-works Price
2
Discount
3
Sub-Total(1+2)
4
Packing and forwarding
charges (P&F)
Sub-Total(3+4)
5
6
Excise Duty (ED) inclusive of
Education Cess on ED
(Indicate prevailing rate, applicable
on Basic Price plus P&F Charges)
7
Sub-Total (5+6 )
8
Sales Tax (CST or APVAT)
(Indicate prevailing rate, applicable
on Basic Price + P&F + ED.
APGENCO is entitled to
concessional rates, against Form-C
for CST, and also for APVAT)
Amount in
Rs.
(D)
-: 45 :9
Sub-Total(7+8)
10
Any other taxes/ levies, if any
(Unless indicated explicitly, these
will be deemed to be Nil)
11
Sub-Total(9+10)
12
Freight Charges (including
Service tax)
Sub-Total (11+12).
13
14
15
16
17
18
Note:
(a)
(b)
(c)
(d)
(e)
(f)
Transit Insurance (including
Service tax)
Sub-Total(13+14)
Third Party Inspection
Charges (including Service tax)
Other charges, if any
Total F.O.R DESTINATION
Price (15+16+17)
Scope of supply, shall be strictly as per the Tender Specification.
Detailed Bill of Materials, if applicable with item-wise prices, shall be indicated clearly in the
above prescribed proforma (OR) may be enclosed as separate Annexure to this schedule.
Bidder shall indicate amounts in figures (do not mention “charges are extra”) failing
which APGENCO reserves the right to evaluate the Bid duly carrying out loading, as per the
APGENCO’s procedure in vogue.
In respect of Taxes/Duties etc., indicate prevailing rate applicable on the date of
submission of Bid. It is the Bidder’s responsibility to ascertain the same.
In column (C), the price component(s) on which the “%” is calculated (wherever applicable)
should be specified, compulsorily.
Packing & Forwarding, Freight, Transit Insurance & Third Party Inspection are to
be arranged by the supplier, at their cost (as stipulated in Section-I). Hence prices
shall be quoted keeping this in view.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
Name
Designation
Date
:
:
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 46 :-
SECTION-VI:
BANK GUARANTEE GUIDELINES &
FORMATS
-: 47 :Guidelines for submission of BANK GUARANTEES
The BANK GUARANTEE submitted shall fulfill the following conditions, failing
which they will be treated as INVALID.
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
The Bank Guarantee shall be executed by State Bank of India or any other Nationalized
Bank.
It shall be executed for requisite value, on Rs.100/- non-judicial paper(s), purchased in
the name of the Bank.
The Non-judicial Stamp Paper(s) shall be used within SIX Months from the date of
purchase.
Content of the Bank Guarantee, shall be as per the stipulated format.
The Executor of the Bank Guarantee, viz., the Bank Authority, shall indicate the
following on the Bank Guarantee.
-Name & designation.
-No. & Date of the Power of Attorney executed in his/her favour,
authorizing him/her to sign the Document (Photostat copy of Power of
Attorney may be produced)
Each of the corrections, deletions etc, in the Bank Guarantee shall be authenticated by
the Signature of the Bank Official signing the Bank Guarantee.
Each Page of the Bank Guarantee shall bear the following.
-No. and Date of the Bank Guarantee.
-Signature of the Executor & seal of the Bank.
The Last Page of the Bank Guarantee shall carry Signatures of Two persons as
witnesses, along with their full names & addresses.
-oOo-
-: 48 :PERMANENT EARNEST MONEY DEPOSIT BANK GUARANTEE
WHEREAS, the Andhra Pradesh Power Generation Corporation Ltd (hereinafter called “the
CORPORATION”) has afforded a facility to persons submitting tenders in response to notices of the
CORPORATION calling for tenders for supply of materials or rendering of services, permitting
tenderers who furnish a Permanent Earnest Money of Rs.2,50,000/- (Rupees Two lakh and Fifty
thousand only), in the shape of Cash/Govt. Securities or Bank Guarantee in lieu of cash, to have their
tenders considered without separate payment of earnest monies with each tender.
Whereas, Name & Address of the Company (herein after called “the TENDERER”) has offered the
Guarantee of this Bank viz., Name & Address of the Bank, towards the fixed Earnest Money Deposit
and the CORPORATION has agreed to accept the same and the obligations of the TENDERER have
been incorporated in Agreement dated _________, which shall be read as part of this Guarantee.
We, Name of the Bank , do hereby undertake to indemnify and keep indemnified the
CORPORATION, against any loss or damage caused to or suffered by the CORPORATION, by
reason of any breach by the TENDERER aforementioned, of any terms and conditions of any of the
tender quotations or the tenders submitted by the TENDERER, which are considered by the
CORPORATION, in accordance with the terms of the Agreement dated _________ or the contract(s)
entered into pursuant to such tenders.
We, Name of the Bank, further agree that the Guarantee herein contained shall remain in full force
and effect up to and inclusive of the (date after Three years) and that it shall continue to be
enforceable till all the terms and conditions of the CORPORATION under or by virtue of any of the
said tender quotations or tenders or contracts have been fully complied with and its claims satisfied,
or discharged or till the CHIEF ENGINEER, ELECY., (GENERATION), “the CORPORATION”,
certifies that the terms and conditions of the said tender quotations have been fully and properly
carried out by the said M/s.Name and Address of the Company and accordingly discharges the
Guarantee subject, however, that the CORPORATION shall have no right under this bond after the
expiry of 3 (Three) Years from the date of its execution. The Guarantor Bank undertakes to pay the
amount guaranteed hereunder or such part thereof, as required, within one week of the same being
demanded by the CORPORATION, without reference to and without questioning the right of the
CORPORATION to make such demand or the propriety or legality of the demand.
We, Name and Address of the Bank, also agree that,
(a)
the Bank Guarantee shall be unconditional and absolute,
(b)
it shall be without delay or demur, if claim arises and
(c)
it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.
We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.
Notwithstanding anything contained in the foregoing, our liability under this guarantee is restricted
to Rs.2,50,000/- (Rupees Two Lakh and Fifty Thousand only). Our Guarantee shall remain in force
until (Date after Three Years) unless a claim under the Guarantee is made against us within six
months from that date, all rights of the CORPORATION under this Guarantee shall be forfeited and
we shall be relieved and discharged from all liability hereunder.
Dated………………… day of….……………
Signature……………………
Address………………………
Signatures and Details of witnesses:
1)
2)
for
Name and Address of the Bank
Designation………………
Seal………………………
-: 49 :AGREEMENT FOR PERMANENT EARNEST MONEY DEPOSIT
Whereas, the ANDHRA PRADESH POWER GENERATION CORPORATION LTD
(hereinafter called “the CORPORATION”) has afforded a facility to persons submitting
tenders in response to notices of the Corporation calling for tenders for supply of materials
or rendering of services, permitting tenderers who furnish a Permanent Earnest Money
Deposit of Rs.2,50,000/- (Rupees Two lakh and Fifty thousand only), in the shape of Cash/
Government Securities or Bank Guarantee in lieu of cash, to have their tenders considered
without separate payment of Earnest Monies with each tender.
Whereas, We, Name and Address of the company (hereinafter called “the TENDERER”),
intend to avail the said facility and do hereby furnish the fixed Earnest Money Deposit of
Rs.2,50,000/- (Rupees Two lakh and Fifty thousand only), in the shape of Bank Guarantee of
the (Name and Address of the Bank) (hereinafter called “the BANK”)
IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:
(1)
The Bank guarantee furnished herewith shall in the first instance be valid for 03
(Three) years.
(2)
So long as the Bank guarantee is in force, all tenders submitted by the TENDERER in
response to notices of the CORPORATION, inviting tenders, shall be considered by
the CORPORATION without payment of Earnest Money for each tender.
(3)
If there is any default on the part of the TENDERER, in respect of the tender or the
contract resulting there from, the CORPORATION shall have the unilateral right to
call upon the BANK to forthwith pay to the CORPORATION, a sum equivalent to
the loss sustained by the CORPORATION, by reason of such default.
(4)
Where any such amounts have been claimed from and paid by the BANK, the
CORPORATION, shall not be bound to consider any tender of that TENDERER
submitted thereafter, unless the Bank guarantee has been restored to the level of
Rs.2,50,000/-. However, in special cases, the CORPORATION may consider any
tender before the Guarantee is restored to the full amount of Rs.2,50,000/-, if a
separate Earnest Money Deposit is given for the short fall and the TENDERER
undertakes in writing to make good the short fall in Bank Guarantee within two
months of the opening the tender.
Dated the _____ Day of ______’20
for (Name and Address of the Company)
Signature of Tenderer
Name:
Designation:
Address:
-: 50 :BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT
Whereas, the Name & Address of the Firm (here-in-after called “The Bidder”) has submitted their bid
dated…………………………. for the supply of……………………… (here-in-after called “the Bid”),
KNOW ALL MEN by these presents that We Name & Address of the Bank (Hereinafter called “the
Bank”), are bound unto the Chief Engineer (Generation-I), APGENCO, Vidyut Soudha, Hyderabad
(hereinafter called “the purchaser”) in the sum of Rs.___________ (Rupees ____________only) for
which payment will and truly to be made to the said purchaser, the bank binds itself, its successors
and assigns by these presents.
Sealed with the common Seal of the said Bank this ………………….day of……………
THE CONDITIONS OF THIS OBLIGATION ARE:
1. When the successful tenderer does not accept the order after issue of preliminary acceptance
letter / letter of intent / purchase order.
2. When the successful tenderer fails to furnish the security deposit within 30 days from the
date of issue of preliminary acceptance letter or the letter of intent or Purchase Order.
3. When tender is disqualified for reasons outlined in the bid documents.
4. When tenderer alters his prices or withdraws his offer during the validity period.
We undertake to pay to the purchaser the above amount within one week upon receipt of its first
written demand, without the purchaser having to substantiate his demand, without referring to the
supplier and without questioning the right of the purchaser, to make such demand or the propriety or
legality of the demand, provided that in its demand the purchaser will note that the amount claimed
by it, is due to occurrence of the any of the above mentioned conditions, specifying the occurred
condition or conditions.
We, Name and Address of the Bank, also agree that,
(a)
the Bank Guarantee shall be unconditional and absolute,
(b)
it shall be without delay or demur, if claim arises and
(c)
it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.
We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.
Notwithstanding any thing contained in the foregoing our liability under this guarantee is restricted
to Rs.____________ (Rupees __________________ only). Our guarantee shall remain in force until
__________. Unless a claim is made within 3 months from that date, all your rights under this
guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.
We _________________________ Bank Limited, lastly undertake not to revoke this guarantee during
its currency except with the previous consent of APGENCO in writing.
Dated………………… day of….……………
for Name and Address of the Bank
Signature……………………
Address………………………
Designation………………
Seal………………………
Signatures and Details of witnesses:
1)
2)
Note:
The Bank Guarantee shall be valid for a period of 270 days from the date of opening of prequalification bid with a claim period of 3 months.
-: 30 :SCHEDULE-A:
Proforma Of Letter Of Authority
(To be furnished on Principal’s Letterhead)
M/s Andhra Pradesh Power Generation Corporation Ltd
------------------------------------------------------------------------------------------------Dear Sirs,
Ref: NIT No--------------------------------------------------------------------, Due opening date______
@@@
In connection with your above tender enquiry, We hereby authorize, M/s________________
________________(Name, full address, Telephone & Fax Nos)_____________ to act as an
agent on our behalf.
We confirm that any offer/commitment made by them including price, technical
specifications and delivery schedule, shall be binding to us and we further confirm that we
shall fully abide by the said conditions.
This authority shall be irrevocable and remain valid during the period of contract, if
awarded by APGENCO.
Thanking you,
Yours faithfully,
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 31 :SCHEDULE-B: General Details of the Bidder & Manufacturing Details
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
(12)
(13)
(14)
(15)
Name and address of the
Tenderer
Ph No., Fax No. & email id
Whether Individual,
Proprietary, Pvt or Public Ltd
Co.
Qualification of the Tenderer,
if he is professionally
qualified.
Details of Board of Directors
Excise & Sales Tax Regn. Nos.
NSIC Regn. No, if applicable
DGS&D Regn. No.
Income Tax PAN
Place of Manufacturing works
Name & designation of an
authorized Officer at Bidder’s
Works to whom reference shall
be made for expeditious
technical co-ordination, in the
event of placement of Order
Place of Manufacturing &
Testing Facilities, QC setup etc.
Manufacturing Capacity
Details of stores or class of
stores which the factory, as
equipped is capable of
production (Specifying each
item separately)
Whether stores were tested to
any standard specification, if so
copies of original tests
certificates (latest) should be
submitted in triplicate.
Details of Servicing facilities, if
applicable
:
:
:
:
:
:
:
:
:
:
:
:
:
Documents to be furnished/enclosed:
(a)
Copy of Partnership Deed/Articles of Association.
(b)
Copies of Certificate of Registration with Govt. Departments etc.
(c)
Copy of Certificate Registered as SSI unit with either the NSIC or the Dept of Industries/
Govt. of AP, if applicable
(d)
Copy of P.A.N Card.
(e)
Any other relevant documentation.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 32 :SCHEDULE-C: CHECK LIST: Qualification Requirements - Compliance
SNo.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
Qualification Requirement Stipulated
Name of the
Relevant Bid
schedule
Whether requisite Earnest Money
Deposit is submitted.
Whether, the Bidder has minimum
annual financial turnover of two times
the estimated contract value (i.e, 3.42
Crores) and have submitted supporting
Audited Financial Statements, for the last
Three Financial Years.
Whether, the Bidder have all adequate
facilities to manufacture the offered
materials, including those for machining
to desired dimensions, besides testing
facilities for conducting all necessary
Routine & Type tests as per the relevant
Indian/ International Standards.
Whether, the Bidder have a minimum
experience of Five years in manufacture
of LT Motors up to a maximum of
160KW or higher capacity if any to
Thermal Power Stations, preferably to
Public Sector Power Utilities.
Whether, the Bidder should have
manufactured and supplied at least
53Nos. LT Motors of any capacity for
Thermal Power Stations, preferably to
Public Sector Power Utilities, in any
One/Single Financial year or Calendar year
during the last Three years.
--
Whether,
the
bidder
furnished,
Satisfactory performance certificate(s)
issued by the Station heads, confirming
that the ““the supplied LT Motors have
served their stipulated guarantee period, as
stipulated in the Purchase order and it’s
performance is found to be satisfactory”.
Whether GUARANTEED CLAUSE for
the offered materials, is as per the
requirements stipulated in the Tender.
Whether, all Bid Schedules duly filled in
signed & stamped are submitted.
Financial
standing of the
bidder
In-house
manufacturing
& testing
facilities
Undertaking
by the Bidder
Undertaking
by the Bidder
--
Undertaking
by the Bidder
All the bid
schedules
stipulated in
this SECTION
Remarks including
Details of relevant
Documents enclosed,
wherever applicable
Compliance
Status
(Yes/No)
-: 33 :-
NOTE:
Bidders are advised to ensure that they furnish all particulars and documentary evidence
invariably, such as Financial statements, Copies of Orders, Performance reports from
owners/organizations etc, in support of fulfillment of stipulated Qualification
Requirements. Please refer Clauses No.2 & 3 of Section-I, for details.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 34 :SCHEDULE-D: Financial Standing of the Bidder
(Copies of Audited balance sheets and Profit & Loss statements for the last three
Financial years, showing details of annual turnover, debt, equity ratio and other relevant
financial parameters and the proof of their credit standing may be furnished).
The following particulars may be filled in.
(I)
S.No.
Name of the
Bank
Actual balance at
the credit
Permissible
overdraft
Total credit
Remarks
(II)
S.No.
Year
1.
FY 2011-12 / CY 2011
2.
FY 2012-13 / CY 2012
3.
FY 2013-14 / CY 2013
Copies of Audited balance
sheets and Profit & Loss
statements Enclosed or Not
Turnover in Rs.
Remarks
Note: FY: Financial Year; CY: Calendar Year
Attestation by a Qualified/Licensed Chartered Accountant:
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
(I)
(i)
Sl.
No.
-: 35 :SCHEDULE-E: Undertaking by the Bidder
We undertake to submit that we have submitted the following purchase orders
showing price(s), as documentary evidence for establishing the prequalification
bid requirements and we have supplied all the materials ordered against the said
orders as on date 31.03.2014.
Details of Orders executed in the year 2009 or Prior to 2009 (to show Five years experience):
Item
Name and
Capacity of the PO No. & Dt,
Ordered Guarantee
Qty supplied
descripti address of the Power plant
Total PO value
Qty
Period as per & Year of
on
Power plant
(MW)/Unit
(Basic)
PO
supply
1
2
3
Total Qty supplied
Remarks, if any:
(ii)
Details of Orders executed during any single Financial year (i.e., 2011-12, 2012-13 & 2013-14)
or Calendar year (i.e.,January’2011 to Decmber’2013), evidencing the quantity of LT Motors of
any capacity manufactured & supplied to Thermal Power Stations, preferably to Public Sector
Power Utilities, in any One/Single Financial year or Calendar year during the last Three years is not
less than 53Nos. LT Motors.
(a)
For the C.Y 2011 or F.Y 2011-12:
Sl.
No.
Item
descripti
on
Name and
address of the
Power plant
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
1
2
3
Total Qty supplied
Remarks, if any
(b)
Sl.
No.
Item
descripti
on
For the C.Y 2012 or F.Y 2012-13:
Name and
address of the
Power plant
1
2
3
Total Qty supplied
Remarks, if any:
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
-: 36 :(c)
Sl.
No.
Item
descripti
on
For the C.Y 2013 or F.Y 2013-14:
Name and
address of the
Power plant
Capacity of the
Power plant
(MW)/Unit
PO No. & Dt,
Total PO value
(Basic)
Ordered
Qty
Guarantee
Period as per
PO
Qty Supplied
& Year of
supply
1
2
3
Total Qty supplied
Remarks, if any:
Note: C.Y: Calendar year; F.Y: Financial year
(II)
GUARANTEE: Accepted for the GUARANTEE CLAUSE stipulated in the Tender.
Note: Use additional sheet of same size and format, if necessary.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 37 :SCHEDULE-F: Details Of Similar Materials/Equipment Supplied by the Tenderer
Sl.
No.
(1)
Item
description
Name and
address of the
Power plant
Capacity of
the Power
plant
(MW)/Unit
PO.No &
Date,
Basic unit
rate & total
Value of
order
Period of
completion as
per order
Period in
which
actually
completed
Principal
features like
major items
major difficult
situations if
any
(2)
(3)
(4)
(5)
(6)
(7)
(8)
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 38 :SCHEDULE-G: Technical Particulars
Note: The Bidder shall furnish the Scope of Supply as envisaged in his Offer, Technical
Particulars (as stipulated in Section-II) for the Offered Items, Special
features/characteristics etc, in detail, in the Schedule, duly enclosing Technical
Catalogues, Brochures, Drawings etc.
@@@
(I)
SCOPE OF SUPPLY:
(II)
TECHNICAL PARTICULARS:
(III)
DOCUMENTS ENCLOSED, if any:
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 39 :SCHEDULE–H: Schedule Of Tests
Details of all the Tests as per the Tender Specification and relevant Indian/International
Standards, which will be conducted at various stages of Supply shall be clearly indicated in
this Schedule.
SNo.
Description of Test
Applicable
Standard
Location of
conducting the Test
Note: Drawings/Quality assurance plan, as per Section-II of the tender specification, shall be got approved
by APGENCO.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
__________________
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
-: 40 :SCHEDULE-I: Terms and Conditions
Bidders are requested to fill in the blank spaces and send the same along with their offer, in
duplicate. Otherwise their offer will be either treated as non-responsive or suitable cost will
be compensated for deficiencies as deemed fit by the corporation.
:
1 Offer / Quotation No. & Date
:
2 Name of the bidder
:
3 Central / State Sales Tax
Registration No.
(Enclose Copy of Regn. Certificate )
:
4 DGS&D’s Registration No., if any
(Enclose copy of rate contract, if any)
:
5 NSIC/SSI Registration No., if any
(Enclose Copy of Regn. Certificate )
6 Company PAN card No.
:
7 Whether quoted for complete
Yes/No
(Offers that do not cover the complete scope will be
scope stipulated in the Tender.
rejected)
8
9
Price basis (Ex-works/ Destination)
Packing and forwarding charges
:
:
F.O.R -----------------------
10
Excise Duty (if exempted, copy of
certificate)
:
11
Sales Tax (CST/APVAT)
:
12
Any other Taxes/Duties etc
(as on the date of Bid submission)
Charges for Transportation upto
Site (incl. Service Tax etc)
Charges for Insurance Cover for
Transport (incl. Service Tax etc)
Charges for Third Party
Inspection (incl. Service Tax etc)
Bank charges
Delivery Period
:
:
As per Price bid.
[Indicate prevailing rate , applicable on Basic Price plus
Packing & Forwarding Charges]
As per Price bid.
[Indicate prevailing rate , applicable on Basic Price +
P&F + ED. APGENCO is entitled to concessional rates,
against Form-C for CST, and also for APVAT]
As per Price bid.
(Unless indicated explicitly, they will be deemed to be Nil)
As per Price bid.
:
As per Price bid.
:
As per Price bid.
:
:
To be borne by seller.
As per Section-I of the tender specification.
:
19
Whether delivery will be made in
whole or in a phased manner
Mode of dispatch
20
Earnest Money Deposit Details
:
21
22
Scope of supply &
Technical
specifications
Supervision services
23
Freight upto Site
13
14
15
16
17
18
:
As per Price bid.
Materials to be dispatched only through
APPDCL/APGENCO’s authorized or reputed
transporter.
(APGENCO reserves the right to reject/
consider offers without EMD) (if permanent
EMD deposited, indicate Approved Letter
No) (Also, if EMD exempted, indicate
APGENCO EMD exemption letter No.)
We confirm acceptance for the following:
: As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
:
:
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
Transportation of the materials upto Site, will be arranged by
the supplier, and prices are quoted keeping this in view.
Loading & Unloading charges are to the account of supplier.
-: 41 :24
Transit Insurance
:
25
Pre dispatch
Inspection (PDI)
:
26
Validity of Offer
:
27
Payment
:
28
:
29
30
Recovery of
Liquidated Damages
Part order
Price Variation
31
Rate Certificate
:
32
Guarantee Period
:
33
Drawings & QAP
:
34
:
36
Tests & Test
certificates
Interchangeability/
Fitment guarantee
Security Deposit
37
10% Performance BG
:
38
39
Jurisdiction
Variation in quantity
:
:
35
:
:
:
:
Insurance for Transport upto & delivery of the materials at Site,
will be arranged by the supplier, against their own Open
Insurance Policy and prices are quoted keeping this in view.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification. Third Party Inspection by M/s.Lloyd’s Register
Asia (LRA) will be arranged by the supplier and prices are
quoted keeping this in view.
180 days from the date of opening of Part-II, ie., Price/
Commercial Bid.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification. (No deviations will be accepted)
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
Acceptable.
The prices quoted will remain firm till execution of full order
(In case of any specific price variation formula the same shall be
mentioned).
It is certified that prices quoted herein are the same as
applicable to other Government Departments/ Public Sector
Undertakings.
As per APPDCL/APGENCO’s Terms, stipulated in the
Section-II of Tender Specification.
Will be submitted, as per APPDCL/APGENCO’s terms,
stipulated in the Tender Specification.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
As per APPDCL/APGENCO’s terms stipulated in the Tender
Specification.
As per APPDCL/APGENCO’s terms, stipulated in the Tender
Specification.
Will be submitted for 10% of the Total Order value, as
stipulated in the Section-I of Tender Specification.
As per APPDCL/APGENCO’s terms.
APPDCL/APGENCO at its sole discretion unilaterally can
increase or decrease the quantity of any/all items of the tender
by 20%. The bidder shall be acceptable to supply these
quantities on the same price, delivery and terms and conditions
offered.
Important Note:
(i)
The Bidders are advised to ensure that the various Price Components such as Taxes/duties
and other charges, if any indicated in this Schedule, match with the particulars indicated in
the Price Bid. In case the figures in this Schedule are at variance from the particulars in the
Price Bid, the favourable interpretation to APGENCO, will be adopted.
(ii)
The Deviations/ Variations if any, from the terms stipulated in this schedule (OR) from the
Specifications/Requirements stipulated in the Tender Specification, shall be indicated clearly
in the subsequent Schedule i.e., DEVIATIONS.
Otherwise, it will be construed that the requirements stipulated in this schedule/ Tender
Specification, are acceptable to the Bidder.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
Name
Designation
Date
:
:
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 42 :SCHEDULE-J: Deviations
Dear Sirs,
SUB: Tender Specification No. _________________________________
-oOoWe hereby confirm that the following are the only Deviations and Variations, (both
Technical as well as commercial), from the Specifications/Requirements stipulated in the
aforesaid Tender Specification. These are irrespective of what-so-ever has been stated to the
contrary anywhere else, in Our Offer No._________________________________, Dt._______.
These Deviations and Variations are exhaustive and except for these, the entire project will
be executed as per the requirements of the aforesaid Tender Specification.
SNo.
Description of Deviation
Ref. Of Page &
Clause of Bid
Documents
Monetary implications of the
conditions, in case of withdrawal
(Rs. in figures)
(Rs. in Words)
(A) Technical
(B) Commercial
Note: The Tenderer should indicate, in this Schedule, the amount(s), if any, which he
would charge extra (in addition to the rates quoted by him), for withdrawing his
conditions/deviations & accepting the condition as stipulated in the Tender
Specification/Documents. (Use additional sheet of same size and format, if
necessary).
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
-: 43 :SCHEDULE-K: DECLARATION
We hereby declare that:
a. We have not been black listed in any department due to any reasons.
b.
We have not been demoted to lower category in any department for not filing
the tenders after buying the tender schedules in a whole year and their registration
had not been cancelled for a similar default in two consecutive years.
c.
We will agree to get disqualified ourselves for any wrong declaration in
respect of the above and get our tender summarily rejected.
The soft copies uploaded by us are genuine. Any incorrectness/ deviation noticed can
be viewed seriously and apart from cancellation of the Purchase Order, forfeiting the
Bid security, criminal action can be initiated including suspension of business and/ or
black listing.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
:
:
Name
Designation
Date
:
:
:
__________________
__________________
__________________
__________________
__________________
PART-II: PRICE BID/ Proforma Of Summary Of Price Proposal
Name & Address of Bidder:
To
The Superintending Engineer (Generation-III),
APGENCO, 3rd Floor, A-Block,
Vidyut Soudha, Hyderabad.
Dear Sirs,
Ref: Our
offer
No
_____________________________________dated
_________against
NIT No. ___________________________________________________
@@@
We declare that following are our prices for Supply, Testing, Inspection by 3rd Party,
Packing, Transportation & Delivery of LT motors in the 2x800MW Units of SDSTPS. These
prices are for the entire scope, as indicated in your specification and documents, terms and
conditions mentioned in Bid Documents except for the deviations incorporated in the
Statement of Deviations.
(I)
TOTAL EX-WORKS PRICE:
SNo
Material Description
Quantity
Ex-Works Price in (Rs.)
Unit rate
Total
1)
2)
.
.
105)
106)
GRAND TOTAL in Rs.
(II)
Sl.
No
(A)
1
TOTAL F.O.R DESTINATION PRICE:
Description
--% on -----wherever
applicable
(B)
(C)
Basic Ex-works Price
2
Discount
3
Sub-Total(1+2)
4
Packing and forwarding
charges (P&F)
Sub-Total(3+4)
5
6
Excise Duty (ED) inclusive of
Education Cess on ED
(Indicate prevailing rate, applicable
on Basic Price plus P&F Charges)
7
Sub-Total (5+6 )
8
Sales Tax (CST or APVAT)
(Indicate prevailing rate, applicable
on Basic Price + P&F + ED.
APGENCO is entitled to
concessional rates, against Form-C
for CST, and also for APVAT)
Amount in
Rs.
(D)
-: 45 :9
Sub-Total(7+8)
10
Any other taxes/ levies, if any
(Unless indicated explicitly, these
will be deemed to be Nil)
11
Sub-Total(9+10)
12
Freight Charges (including
Service tax)
Sub-Total (11+12).
13
14
15
16
17
18
Note:
(a)
(b)
(c)
(d)
(e)
(f)
Transit Insurance (including
Service tax)
Sub-Total(13+14)
Third Party Inspection
Charges (including Service tax)
Other charges, if any
Total F.O.R DESTINATION
Price (15+16+17)
Scope of supply, shall be strictly as per the Tender Specification.
Detailed Bill of Materials, if applicable with item-wise prices, shall be indicated clearly in the
above prescribed proforma (OR) may be enclosed as separate Annexure to this schedule.
Bidder shall indicate amounts in figures (do not mention “charges are extra”) failing
which APGENCO reserves the right to evaluate the Bid duly carrying out loading, as per the
APGENCO’s procedure in vogue.
In respect of Taxes/Duties etc., indicate prevailing rate applicable on the date of
submission of Bid. It is the Bidder’s responsibility to ascertain the same.
In column (C), the price component(s) on which the “%” is calculated (wherever applicable)
should be specified, compulsorily.
Packing & Forwarding, Freight, Transit Insurance & Third Party Inspection are to
be arranged by the supplier, at their cost (as stipulated in Section-I). Hence prices
shall be quoted keeping this in view.
Seal of the Company
Name of the Tenderer
Signature of Authorized
Representative
Name
Designation
Date
:
:
:
:
:
__________________
__________________
__________________
__________________
__________________